Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2022-R0050 - Contract 16213 with Roofs, Inc. 1.25.22
Resolution No. 2022-R0050 Item No. 7.25 January 25, 2022 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 16213 for roof improvements for the Lubbock Fire Administration Building as per RFP 22-16213-KM, by and between the City of Lubbock and Roofs, Inc., of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on ATTEST: .0 /)..4,0. - x---- Reb ca Garza, City Secr APPROVED AS TO CONTENT: Bill Howerton, Deputy City Manager 0r � 11iLeisure, hAssaistantCkity Attorney ccdocs/RES.Contract 16213 - Fire Admin Roof 12.29.21 January 25, 2022 "r DANIEL M. POPE, MAYOR PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: / % Lau/ PROJECT NUMBER: RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Building Proposalof v oS n C. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Roofing Improvements for the Lubbock Fire Administration Building having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price. stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 30 to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: Y-O (to Final Completion) (not to exceed 60 consecutive calendar days to Substantial Completion 175 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 60 Consecutive Calendar Days with final completion within 75 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $250 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $250 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. City of Lubbock RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Building Price Proposal Sheet Item # Description Roofs, Inc. of Lubbock, TX $308,500.00 Extended Materials Labor Cost #0-1 Complete New Roofing System as Specified 71 $208,500.00 $100,000.00 $308,500.00 Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ I 00), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) A T: AA& Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date I t >S' 4 Addenda No. �_ Date i i i d i Addenda No. _3 Date J4,76 Addenda No. Date Date: I a ti / a 0.4 / Authorized Signature Volker er (Printed or Typed Name Oa -t Z Company X I Address L��6a�� city, Co 7 JYJ State Zip Code Telephone: 0Z - 77l — 17jV Fax: W6 - 7V — vs/ Email: FEDERAL TAX ID or SOCIAL SECURITY No. — 15"�?J.17i M/WBE Firm: I IWoman I I Black American Native American Hispanic American acific Asian PAmericanI Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2022-835944 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Roofs Inc Lubbock, TX United States Date Filed: 01/0212022 2 Name of governmental entity or state agency that Is a party to the contract for which the form is being filed. City of Lubbock TX Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 22-16213-KM Install new roof system on the Lubbock Fire Administration Building. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Hand, John Lubbock, TX United States X Hand, Jason Lubbock, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION D My name is I'tr 4 l k4'f` , and my date of birth is My address is 47/1ES/SAor+ LrWo,.k ,r. 7L/ (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in f_L' �oo c- County. State of TX , on the I L2_day of X-7 ►✓ 20.1 (month) (year) Signature of authorized agent of contracting business entity (Dedarant) runny pruvwea oy i exas tmtcs L-ommtsston www.etnics.state.tx.us Version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-835944 Roofs Inc Lubbock, TX United States Date Filed: 01/02/2022 2 Name of governmental entity or state agency that is a party tot the contract for which the orm is being filed. City of Lubbock TX Date Acknowledged: 01/13/2022 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 22-16213-KM Install new roof system on the Lubbock Fire Administration Building. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Hand, John Lubbock, TX United States X Hand, Jason Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) r-urrns pruviueu uy i exas tmics commission www.etnics.state.tx.us Version V1.1.191b5cdc Bill Howerton Changed On Description 10/15/2021 Approved User ID 10/15/2021 Completed 10/15/2021 Complete Date 10/15/2021 Item Review Status ID 10/15/2021 Passed 10/15/2021 StatusChangedDate Cheryl Brock Changed On Description 10/18/2021 Approved User ID 10/18/2021 Completed 10/18/2021 Complete Date 10/18/2021 Item Review Status ID 10/18/2021 Passed 10/18/2021 StatusChangedDate 01/18/2022 Approved User ID 01/18/2022 Completed 01/18/2022 Complete Date 01/18/2022 Item Review Status ID 01/18/2022 Passed 01/18/2022 StatusChangedDate Lainey Morrison Changed On Description 10/15/2021 Attachment added 10/15/2021 Approved User ID 10/15/2021 Completed 10/15/2021 Complete Date 10/15/2021 Item Review Status ID 10/15/2021 Passed 10/15/2021 StatusChangedDate 01/19/2022 Approved User ID 01/19/2022 Completed 01/19/2022 Complete Date 01/19/2022 Item Review Status ID 01/19/2022 Passed 01/19/2022 StatusChangedDate Before [none] No [none] Under Review No [none] Before [none] No [none] Under Review No [none] [none] No [none] Under Review No [none] Before After Howerton, Bill Yes 10/15/2021 Approved Yes 10/15/2021 After Brock, Cheryl Yes 10/18/2021 Approved Yes 10/18/2021 Brock, Cheryl Yes 1/18/2022 Approved Yes 1 /18/2022 After [none] Morrison, Lainey No Yes [none] 10/15/2021 Under Review Approved No Yes [none] 10/15/2021 [none] Morrison, Lainey No Yes [none] 1/19/2022 Under Review Approved No Yes [none] 1/19/2022 Current Balance Cost of Good/Services Additional Info $557,205.94 $515,242.00 Item Review (Assistant City Manager/CFO) $557,205.94 $515,242.00 Item Review (Assistant City Manager/CFO) $557,205.94 $515,242.00 Item Review (Assistant City Manager/CFO) $557,205.94 $515,242.00 Item Review (Assistant City Manager/CFO) $557,205.94 $515,242.00 Item Review (Assistant City Manager/CFO) $557,205.94 $515,242.00 Item Review (Assistant City Manager/CFO) Current Balance Cost of Good/Services Additional Info $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) $557,205.94 $515,242.00 Item Review (Budget Director) Current Balance Cost of Good/Services Additional Info $557,205.94 $515,242.00 Attachment (16213 ins req.pdo $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) $557,205.94 $515,242.00 Item Review (Risk Management Coordinator) January 19, 2022 Page 1 of 2 Wes Everett Changed On Description Before After 10/15/2021 Approved User ID [none] Everett, Wes 10/15/2021 Completed No Yes 10/15/2021 Complete Date [none] 10/15/2021 10/15/2021 Item Review Status ID Under Review Approved 10/15/2021 Passed No Yes 10/15/2021 StatusChangedDate (none] 10/15/2021 Current Balance Cost of Good/Services Additional Info $557,205.94 $515,242.00 Item Review (Purchasing Approval) $557,205.94 $515,242.00 Item Review (Purchasing Approval) $557,205.94 $515,242.00 Item Review (Purchasing Approval) $557,205.94 $515,242.00 Item Review (Purchasing Approval) $557,205.94 $515,242.00 Item Review (Purchasing Approval) $557,205.94 $515,242.00 Item Review (Purchasing Approval) January 19, 2022 Page 2 of 2 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: January 25, 2022 CITY OF LUBBOCK SPECIFICATIONS FOR Roof Improvements for the Lubbock Fire Administration Building RFP 22-16213-KM CONTRACT 16213 PROJECT NUMBER: 92359.8302.30000 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ City of 1 ' bb o cn TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank 001� car of ib ock TEXAS ADDENDUM I Revised Pre -Proposal Conference RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Building DATE ISSUED: November 15, 2021 CLOSING: December 7, 20213:00 PM The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Revised Pre -Proposal Conference Date 1. Please change Pre -Proposal Conference date from Thursday, November 25 2021, at 10:00AM CST to Wednesday November 24, 2021, at 11:OOAM CST. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorgangmylubbock.us Questions are preferred to be posted on Bonfire: hops:Hci-lbbock-tx.bonfirehub.com/ THANK YOU, I�G�La l���c?�ZGc�2 CITY OF LUBBOCK Kiara Morgan City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Cih of Lubbock iFMAf ADDENDUM 2 Site Visit RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Building DATE ISSUED: November 15, 2021 CLOSE DATE: December 7, 2021, at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Site Visit 1. A site visit has been scheduled for 3:00 PM CST on Monday, November 29, 2021, at the City of Lubbock, Fire Administration Building, 1515 E. Ursuline, Lubbock, TX 79043. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorgan&lnylubbock.us Questions are preferred to be posted on Bonfire: hgps:Hci-lbbock-tx.bonfirehub.com/ THANK YOU, CITY OF LUBBOCK Kiara Morgan City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anj language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. �ub City of bock TEXAS ADDENDUM 3 Closing Date Extension REP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Building DATE ISSUED: December 6, 2021 NEW CLOSING DATE: December 9, 2021 at 4:00 p.m. The following items take precedence over the proposal dates for the above named Request for Proposal (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. The following date in the Request for Proposals (RFP) has been revised. Closing Date Extension: Please change closing date from Tuesday, December 7, 2021, at 3:OOPM CST to Thursday, December 9, 2021 at 4:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorganglnylubbock.us Questions are preferred to be posted on Bonfire: https:Hci-lbbock-tx.bonfirchub.com/ THANK YOU, �G14a XYf" CITY OF LUBBOCK Kiara Morgan Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank h 040 1 V6e �, LCity of ubbock TEXAS REP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration 1. NOTICE TO OFFERORS Building 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on December 7, 2021, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/97586348556?pwd=V31hbVY5K2ZDcHBHQ1I3YVFQUWlGZzO9 Meeting ID: 975 8634 8556 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 3:00 PM on December 7, 2021 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on December 14, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.10. Offerors 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 proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON- RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.11. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.12. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror 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 proposal submitted. 2. PRE -PROPOSAL MEETING 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00 AM CST November 25, 2021, via teleconference. The Zoom meeting information is as follows: Website: https:[/zoom.usljl97394196638?pwd=MDNnMUI4N01TYjJKOFcrV1RBLzF6dz09 Meeting ID: 973 9419 6638 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror 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 and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: KMorgangMylubbock.us Website: https://ci-lbbock-tx.bonfirehub.cop /portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 60 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within Two years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, it's right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $515,242. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.coM/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https:Hlubbocktx.govga.us/WEBAPP/ rs/(S(quiyirflbtihahjnyceg_wpcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pies/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hlt2s://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 2 1. 1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. (QUALIFICATIONS OF OFFERORS 31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) The selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: ! 1"o af PROJECT NUMBER: RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration ]wilding Proposal of XAC (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Roofing Improvements for the Lubbock Fire .Administration Building having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price. stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 3 0 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: �' a (to Final Completion) (not to exceed 60 consecutive calendar days to Substantial Completion / 75 consecutive calendar dais to Final Completion), Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 60 Consecutive Calendar Days with final completion within 75 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum. of $250 for each consecutive calendar day after substantial completion and liquidated damages in the sun of $250 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. City of Lubbock RFP 22-16213 -KM Roofing Improvements for the Lubbock Fire Administration Building Price Proposal Sheet Roofs, Inc. of Lubbock, TX $3089500.00 Extended Item # Description Materials Labor Cost wttr �Sv".t1i ,.F,� i�i; y._ �% , k'�a' rr�{f tryi �:R^ ..} 9". ''�, - vl -Aa•.G�! F 1a�1•fr.,�'. F ti "_r ' •ri - t d `�- ;#%o'; .. d - Z+.: t: (:'fi++ r r g. .'.. 5•. .�`'•'�•<c. y,•`nrem!•=% .j�,.,.f. "c_`• - � •� .2:,,. �.. ,�r �..�K :'x;• R�'�.. r.., '% „� _ ;�. . r. �3.._ �.- '�6; �:.: r.,s._ -R ... :�e�x. #0-1 Complete New Roofing System as Specified $2081500.00 $10000.00 $308,500.00 Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certifled Check for Dollars ( ) or a Proposal Bond in the sure of a Dollars ( 1 , '�� , which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATT T: Secretary Offeror acknowledges receipt of the following addenda: I Addenda No. Date 1 I lisw 'JQ .Addenda No. Date I t i °' a / Addenda No. Date1 Addenda No. Date P -41 A 9,4 IPA (Printed or Typed Name Zlc Company A A /3 v v, i I i Address L z City, County State Zip Code Telephone: ��� - 7 7/ •- q7go Fax:. ,6 - 771 - 1iAl/ Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: I Woman Slack American Native American His anic American Asian Pacific American Other (Snecifv) INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and (V�is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: Signed By: Print Name and Title: Yy /,�� �� ; ,, i' w �`r 14 " Date: i / -AOO/ American Contractors Indemnity Company dbaTexas Bonding Company TEXAS COMPLAINT NOTICE IMPORTANT NOTICE 1. To obtain information or make a complaint: 2. You may contact your agent. 3. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 4. You may also write to the company at: 801 S. Figueroa Street, Suite 700 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (111-1 A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: hqp://www.tdi.texas.gov E-mail: ConsumerProtection(ae,tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. AVISO IMPORTANTE Para obtener informacion o para someter una quej a: Puede comunicarse con su agente. Usted puede llamar al numero de telefono gratis de la company's para informacion o para someter una quej a al: 1-800-486-6695 Usted tambien puede escribir a la companea: 801 S. Figueroa Street, Suite 700 Los Angeles, CA 90017 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas al: Consumer Protection (111-1 A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectiongtdi.texas. g_ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDn. 8. ATTACH THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Esta aviso es solo para proposito de informacion y become a part or condition of the attached no se convierte en parte o condicion del document. documento adjunto. HCCSTXM0008/10 Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Roofs, Inc. as Principal hereinafter called the Principal, and American Contractors Indemnity Company dba Texas Bonding Company a corporation created and existing under the laws of the State of CA whose principal office is in Los Angeles, CA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars (5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for Roofing Improvements for Lubbock Fire Administration NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 7th day of December, 2021 Roofs, Inc. (Principal) By ° . (SEAL) American Contractors Indemnity Company dbTexas Bonding Company (Surety) (SEAL) Jeremy Barnett, Attorney -in -fact TOK10MARIINE H C C POWER OF ATTORNEY ---TE OMPANY AMERICAN CONTRACTORS INDEMNITY COMPANY---= XAS-W 0_7=- UNITED STATES SURETY COMPANY U.S. SP R ANMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indeniffity Gftpany, a California corporation Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a M aryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Mossjay�49r0w:jooff ierro, Jeremy Barnett, Jade Porter, Mistie Beck --�bd GZK&tutK arrett Willson of Rockwall, Texas ftbdtb- true lawful Attorney(s)-in-f��c An capacity if more than one is named above, with full pqwer-uth7brity- hereby conferred in its name, pTa�ce affd stead, to execute, acknowledge and deliver any and all bonds,--ilewg-nizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Ten Million'" Dollars ***$l 0,000,000 .00*** ). This Power of Attorney shall expire without further action on April 23rd, 2022. This Power of Attorney is granted mo !rA- d eb Uthority of the following resolutions adopted by the Boards of Directors,--efthe C anies: -"gfihe President, any Vice -President, any Assistant Vice-Presidont4a��&qretw or -�§§Jistant Secretary shall beads ftretN5� V�e s t e d d authority to appoint any one or more suitable persons as]AMm Y4qAF 15ibsent and act for and povxvr an C-ft-pan' subject to the following provisions: y Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling -or terminating the Company's liability ther, eunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding Pon -the Compaq igned by the Presidafitanee aj e by the Corporate Secretary, f=(5ffmM Be i�R�esdNo"hat the signature of�yauthjazQWMK-WdF��,al of the Company heretofore or hereafter affixed to any povv_� a ML: deftifiidgarelatihg thereto by facsimfltQaOO� ney-or certificate bearing' signature or facsimile seal shallle�� and 15�- MEP -- upon the Company with respect to anyb7affi-To-ru-ndertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 St day of June_ ,--2018. -:-::OMPANY --AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING UNITED ST ATE,,$, SURET wCOMPANY -U.,,S,,,.,9PEC1Jn%- WANY Y, IJ 3kk 11-- 411 --7 tie Z? By: .......... County of Los Angeles 4. o, Daniel P. Aguilar, Vice President 0 A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to whiaWtft docate is attached, -azWtvmVhe� urh 0--s accuracy, or validity of that document i t 0 1;7.-" =AA—i n this oPt day oNune, 2018, b —ddi a notary public, personally appeared Daniel P. Aguilar American Contractors IndemnityM- )Q 'd States Surety Company and U.S. _WT tusi�dih�� Company, Unite Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the wrffim= instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. i�e PENALTY OF PERJURY under the laws of the State of Ca- qmiaAhaV#W-AoMgpJng paragraph is tr�ancrcorrect. hand and official seal. ary Pub", caiffwid L05 Ange�m Cowity C r C�ryl a m 10 1 S 0,7 24" 4, Signature (seal) My C?Jmm. b�ptre� Ap, I, Kio Lo, Assistant Secretary American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company anal US. Specialty Insurance CompanyAoYpffl-eby certify that the above and foregoing is a true and correct copy faPow-er —MMWfull force and effect; furthermore, s W Mtbrne)6 executed by said Co rmore, the resolutions of the BqaM�Wftir&ddor m set bi1tPower of Attorney Ate- M-u M-r�m- rfflgt&dL - i"he In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, lcbliforn ia this day ,�4 °.� f�0 Corpg-r;kte Seals 41 NA-42 Kio Lo , Ass (aTMc HCCSMANPOA06/2018 visit tmhcc.com/surety for more information Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Roofs Inc. Business Address of Principle Office Physical: 2711 E. Slaton Hwy, Lubbock TX 79404 Mailing: PO Box 94010, Lubbock TX 79493 Telephone Numbers Main Number 806 771 9780 Fax Number 806 771 9781 Web Site Address www.roofsinctx.com Form of Business (Check One) If a Corporation Date of Incorporation jX A Corporation A Partnership An Individual 1 /2014 State of Incorporation Texas Chief Executive Officer's Name John Hand President's Name John Hand Vice President's Name(s) Jason Hand Tommy Alvarado Rachel White Secretary's Name Samantha Mcclain Treasurer's Name If r Partnership Date of Organization Rachel White State whether partnership is general or limited If an Id r Name Business Address AT 'didnGt preN,iouslN �. red which exert d -,;�irznifleant amount i d ? organization Average Number of Current Full Time 37 Average Estimate of Revenue for the 9.3M Employees Current Year Contractor's Organizational Experience Organization Doing Business As Roofs Inc. Business Address of Regional Office 2811 W. Expressway 83, ste. A, Laferia TX 78559 Name of Regional Office Manager Mike Bullock Telephone Numbers 956-264-3741 Main Number Fax Number Web Site Address www.roofsinctx.com �,,Or ga ni zatioh:History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Roofing Solutions of NWFL 11 /2004 5/2008 Property Development Solutions 5/2008 1 /2014 List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 1 13 years As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? NO If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? NO If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As I Roofs Inc. Posea.. To maniza Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. See Attachment "B" Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this descri tion. See attachment No. B For your two projects, if we got one or both, Rex Caldwell or Walker Rainey will take the lead as Project Managers on one or the other, prospectively. Most likely Ernesto Esparza will be Project Superintendent on both unless something comes up to prevent that. If Ernesto doesn't take superintendent lead on one of the projects, then Toby Bridges will. For whatever project Ernesto or Toby aren't the superintendent, then the other will "audit" the other in the "safety officer" role. For whatever project Rex or Walker doesn't take the lead as a project Manager, then the other will "audit" the project for quality control. Maintaining a strong "team" environment ensures our project(s) success. Experience of Key, Personnel. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Rex Caldwell Walker Rainey Project Superintendent Ernesto Esparza Toby Bridges Project Safety Officer Toby Bridges Quality Control Manager Walker Rainey Rex Caldwell If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Roofs Inc. Rex Caldwell Years of Experience as Project Manager 15+ Years of Experience with this organization .25 yrs Number of similar projects as Project Manager 50+ Number of similar projects in other positions 25+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date First Baptist Church Levelland 10% March 2022 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Will Goodman Name Richard Hamilton Title/ Position Superintendent Title/ Position Operations Manager Organization Willie Hicks Jr. Construction Organization South Plains Mall Telephone 806 336 2296 Telephone 806 792 4654 E-mail E-mail Project Grady ISD Klondike ISD Project Reroof & Mainteance Candidate role on Project Manager Project CandidateAlternate Name of Individual Candidates role Project Manager on Project Walker Rainey Years of Experience as Project Manager 2 Years of Experience with this organization 4 Number of similar projects as Project Manager 2 Number of similar projects in other positions 25 Current Project Assignments 4 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Dr. Halls Office 20% 12/21 Rustic Cafe 10% 1 /22 Circle K Referennce r , ! smes indicate-1-5 approNalto.contactms Name Brian Haley 10% ! Name Jason Lindsay 2/22 , as ® ! Title/ Position Project Manager Title/ Position Project Manager Organization Southwind Group Organization Black Canyon Construction Telephone 325 695 1111 Telephone 830 331 7440 E-mail bTim, n:dp.�,ona E-mailon`Ib���a��c:�,r�-ga.orxu Project Dr. Halls Office Project Circle K Candidate role on Project Project Manager I Candidate role on I Project Project Manager Proposed Project Superintendent Organization Doing Business As Primary • •. Name of Individual Roofs Inc. Ernesto Esparza Years of Experience as Project Superintendent 10+ Years of Experience with this organization 7+ Number of similar projects as Superintendent 100+ Number of similar projects in other positions 50+ Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Nora Leah Hospital 25% 1 /31 /22 First Baptist Levelland 25% 1 / 15/22 Home 2 Suites Hobbs 25% 4/ 1 /22 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Brad Draper Name Title/ Position Senior Consultant Title/ Position Organization KWA Organization Telephone 806 781 0738 Telephone E-mail Brad.drner «k«-a- nainzer.com E-mail Project Multiple Project Candidate role on Superintendent for Roofs Inc. Pro' ect Alternate Can• •, Name of Individual Candidate role on Pro' ect Toby Bridges Years of Experience as Project Superintendent 2 Years of Experience with this organization 2 Number of similar projects as Superintendent 5 Number of similar projects in other positions Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date CRC Global 75% 3/31 /22 Reference•ntact Name Information (listing names indicates approval, Ray Nole Name Ron Smith Title/ Position warehouse Manager Title/ Position Former Warehouse Manager Organization CRC Global Organization CRC Global Telephone 269 357 9567 Telephone 816 215 7860 E-mail E-mail Project CRC Lubbock Project CRC Lubbock Candidate role on Project Superintendent Candidate role on Pro' ect Superintendent Proposed Project Safety Officer Organization Doing Business As Name of Individual Toby Bridges Years of Experience as Project Safety Officer 2 Years of Experience With this organization 2 Number of similar projects as Safety Officer 10 Number of similar projects in other positions 10 Current Project Assignments Roofs Inc. Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date CRC Global 75% 3/31 /22 Reference Contact Information (listing names indicates Name Ray Nole Title/ Position Warehouse Mngr Organization CRC Global Telephone 269 357 9567 E-mail Project Lubbock CRC Candidate role on Superintendent & Safety Proiect Name of Individual Years of Experience as Project Safety Officer Years of Experience With this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments proval to contacting the names individuals as a reference) Name Ron Smith Title/ Position Former Warehouse Mngr. Organization CRC Global Telephone 816 215 7860 E-mail Project Lubbock CRC Candidate role on Superintendent & Safe Proiect Name of Assignment Percent of Time Used for Estimated Project this Proiect I Combletion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project h Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Roofs Inc. walker Rainey Years of Experience as Quality Control Manager 3 Years of Experience with this organization 4 Number of similar projects as Quality Manager 10 Number of similar projects in other positions 25 Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Same as previous Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Same as previous Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate• .. Name of Individual Candidate role on Pro' ect Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Reference Contact.(listing Name narnesapproN.al to contacting Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Proj ect Project Candidate role on Pro' ect Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Roofs Inc. Projects ---- -------- Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: I . Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Equipment. Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Buy Lease Telehandling Forklift Lifting Materials to Roof X Division of Nkbrk- b dween Or�ganization and Subcontractor What work will the organization complete using its own resources? All of it What work does the organization propose to subcontract on this project? None of it Contractor's Subcontractors and Vendors Organization Doing Business As Projectb• • Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm N/A Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Equipco Roofs Inc Telehandling Forklift X 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner See Attached Project Name General Description of Project: Project Cost Date Project Completed Ke Project Personnel Y J Project Manager J g Project Superintendent J p Safe Officer t3' Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization. Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Ke Project Personnel Y J Project Manager J g Project Superintendent J p Safe Officer �' Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Email Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Ke Project Personnel Y J Project Manager J g Project Superintendent J p Safe Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Attachment B Prniect Informntion Project Owner Project Name General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial. Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. mill A A Name Title/ Position Organization Telephone !!!7 E-mail Owner Designer Construction Manager Surety Number of Issues Total Amount involved in Pending Resolved Issues Number of Issues Resolved Total Amount involved in Resolved Issues _��ImTml =m=L=11 I Z! ROOFS INC. 271 1 E. SLATON HYVY LUBBOCK, TX 79404 8067719780 Notable ISD Projects / References Klondike ISD Superintendent Steve McClaren — 806 462 7332 Scope- vacuum and spud ballasted gravel, using hot asphalt mop 1/4" SecuRock and base sheet, fully adhere Versico's 60 mil KEE fleecedback membrane using splatter dash adhesive. Anticipated completion date 11/15/18. Valuation $1.4M Plainview ISD- Lamesa Elementary Roof Consultant —Greg Carroll, Annko Industries, 806.789.3267 Scope- Remove existing membrane, prime existing DensDeck coverboard, install Tradesman SA Base sheet, Adhere FiberTite's 60 mil Xtreme Fleeceback membrane using 3M CR 20. Install pc metal fascia (apx 20"), custom color match. Completion Date 10/2018. Valuation $551K ,q» d.qn I"qD Superintendent Scott Harrell — 806.227.2336, Roof Consultant Brad Draper. Scope — Remove Existing PVC membrane, Y2" EPS and existing BUR down to gyp deck. Using lightweight knock -in fasteners, attach nail base to gyp deck, adhere 3.5" ISO, adhere 1/2" coverboard, install Tradesman SA Base sheet and adhere FiberTite's 60mi1 SM KEE fleeceback membrane with Hot Asphalt. Completion date 4/2018. Valuation $1.7M Hale Center ISD Superintendent Stephen Pyburn — 806.839.2451 Scope —Tear off existing BUR and modified, install a full tapered system, coverboard and adhere FiberTite 60 mil SM fleeceback KEE membrane. Sweep, spud and remove gravel, hot asphalt apply FiberTite 60mil SM KEE fleeceback membrane. 20 year NDL. App. 100,000 sq feet. Completion date 1/2018. Valuation: $915,000 Crane ISD Superintendent: Jim Rummage — 432.558.1022 Facility Director: Monte King — 432.634.6519 Project 1: Overlay Mod Bit, 40 mil PVC, '/2" EPS, 47,400 sq ft, Completion date: July 2014 Valuation: $318,000 Project 2: Entire campus, full tear off of existing G-BUR, code upgrade iso R2 1, mechanically fasten SecuRock and adhere 50 mil fleeceback PVC membrane / Metal 90,000 square feet of roof hugger metal retrofit system with 1.75" standing seam (included with 20 year weathertight warranty) and 90,000 square feet of remove and replace 1.75" standing seam system. Completion date 9/2016 Valuation: $3.5 mil Fort Stockton ISD Superintendent: Ralph Traynham — 432.336.4000 Facility Director —Wayne Dyess — 432.940.3800 Project 1: Overlay GBUR, 40 mil &'/2" EPS, 72,400 sq ft Feb. 2014 Valuation: $340,000 Project 2: ' 5 campuses, mechanically fasten SecuRock gypsum coverboard over existing BUR over gypsum deck and fully adhere with low rise foam 50 mil- fleeceback PVC. Completion date 7/2016. Valuation: $2.9 mil. Smyer ISD Superintendent: Dane Kerns 806.234.3871 Scope: Complete tear -off existing BUR to gypsum deck, mech. fasten R23.6- insulation and securock, and adhered 120,000 sq ft of 80 mil PVC fleecback membrane using low rise foam adhesive. Completion date Fall 2015. Valuation: $1.6 mil Patton Springs ISD PSISD Superintendent Larry McLenny 806.689.2220 Scope: Overlay existing mod. Bit with recovery board and 14,500*square feet of 40 mil PVC membrane. Completed 11/9/15 Jalton ISD PM for GC Wiley Hicks: Jason Alstead 806.376.5491 Scope: Addition to cafeteria, gym, and misc. Mechanically fasten insulation and PVC membrane as specified per architect and GC plans. Completed August 2015. O'Donnell ISD Superintendent: Randy Allen — 806.470.6208 Scope: Remove existing membrane, mechanically attach 85,400 square feet of 50 mil PVC and 35,000 square feet of 1.75" Standing Seam metal. Completed Nov 2011 General Contractors / Construction Managers �:• Greenstreet Inc.: Laren Craig jlcraigkvgreenstreet.com 806.745.9444 ♦ Projects: Town Place Suites by Marriott (3 qty), Holiday Inn Express (3 qty), Fairfield Inn by Marriott (2 qty), mist. others. ❖ Teinert Construction: Mick Dawson mickgteinert.coin 806.559.0246 ♦ Projects: Fairfield Inn by Marriott, Staybridge Suites �:• Robins and Morton: James Long JLonggrobinsmorton.com ♦ Nor -Lea Hospital phases 1 & 2 complete. ❖ The Beck Group: Greg Powell gregpowellgbeckgroup.com ♦ Midland Bible Church �:• MW Builders: James Fronk ffronkgMwbuilders.com ♦ Fairfield Inn by Marriott Architects •.� Parkhill, Smith and Cooper: Phil Furqueron PFu�queron a�team-psc.com 432.697.1447 ♦ Projects: Crane ISD, Fort Stockton ISD DPW Architects: Darren Watson dai-i-enli�,dp)yarcliitects.com ♦ Projects: Smyer ISD, mist. retail + Moffitt Architectural Group: Bea�tMoffitt berp@magarchitects.net 806.863.4405 ♦ Projects: Patton Springs ISD, Hale Center ISD •'• Armko Industries: ➢ Brad Draper: 806.781.0738 ♦ Projects: Sudan ISD, Hockley County Buildings, Bailey County Courthouse ➢ Greg Carroll: 806.789.3267 ♦ Projects: Plainview ISD, Klondike ISD Attachment "B" Organizational Chart Sr. Project Mangement Project Management I Rex Ca Idwe I I John Hand ;Walker Rainey I Superintendents Ernesto EspToby Bridges and \ Safety � Roof Labor Force Jason Hand I Justin Tatum I Sheet Metal Labor Force Tommy A City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately deteln-iining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES �/ NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO V/ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Date and supporting information: t3 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. "41 �. <y Signature Title K S INSURANCE NA IGAkTI G RISK. ENI-iANCING B S,1N SS< April 8, 2021 RE: Roofs, Inc Experience Modifier Three Year History To Whom It May Concern: kandsins.c+am Please accept this letter on behalf of our valued client, Roofs, Inc, with regard to verification of their Experience Modifation Rating for the past five years. Effective Date of EMR 10/7/2020-2021 10/7/2019-2020 10/7/2018- 2019 Experience Modifation .63 .77 .80 If you should have any questions or need any additional information, please let us know and we will be happy to assist however possible. Sincerely, Ka,ral 13 uwriy Kara Burris, TIIA Account Manager urr-is kandsjns. c-o;, Page Intentionally Left Blank NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY being first duly sworn, on his/her oath, says that the dA PL-1 y 'ry e �/ bid above submitted is a gen one and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. 9,0 C 'Tiv Firm Name Signature Title Subscribed and Avorn to befole me this day of 2021 Notary Public My Commission Expires: "IA'vw ,1343 My Now ID 9,1, ep Ejores June 9,2025 - FF-6 swiftow- NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No V li )7X El t/vl 0 Erol, El 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: L (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ° ° 2. ° ° 3. ° ° 4. ° ° 5. ° ° 6. ° ° 7. ° ° 8. ° ° 9. ° ° 10. ° ° 11. 12. 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Pate Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Roofs, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Hundred and Eight Thousand Five Hundred Dollars ($308,500) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 25L1 day of January, 2022, to RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Buildin and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2022. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Roofs, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Hundred and Eight Thousand Five Hundred Dollars ($308,500) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 25LLh day of January, 2022, to RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Buildin and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, 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 Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2022. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Pate Intentionally Left Blank CONTRACT Pate Intentionally Left Blank Contract 16213 ISTATE OF TEXAS COUNTY OF LUBBOCK ITHIS AGREEMENT, made and entered into this 25 day of January 2022 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Roofs, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 22-16213-KM Roofing Improvements for the Lubbock Fire Administration Building rand all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Roofs, Inc.'s proposal dated December 9, 2021, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agree in Lubbock, Lubbock County, Texas in the year and day first above written. n CONTRACTOR: By: PRINTED NAME: �a /�E� �a ; ,✓c �/ TITLE: 1'r-u ' eo y- COMPLETE ADDRESS: Roofs, Inc. P.O. Box 94010 i „l.l.....b TV '7(1A&1 CITY OF L BO F By: Daniel M. Pope, ATTEST: Rebe t a Garza, City APPROVED AS TO (OWNER): Facilities Repidsentative Name (Print d) Date P OVED AS TO FORM: r K d1i Leisure, Assistant City Attorney Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit Roofs, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Tommy Carpenter, Jr, Asbestos Coordinator, Building Services, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. pklI , llelIIIN0MeI Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher - tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Med Exp (Any one Person) B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)- $4,000,000 F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.stateamus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non- compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. hi the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then - current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. hi the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: hgps:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank General Decision Number: TX20210280 07/02/2021 Superseded General Decision Number: TX20200280 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /01 /2021 1 07/02/2021 BOIL0074-003 01 /01 /2017 Rates Fringes BOILERMAKER .... $ 28.00 22.35 CARP0665-001 05/01 /2017 Rates Fringes CARPENTER .......... $ 22.25 7.31 ELEC0602-008 03/01/2020 Rates Fringes ELECTRICIAN ....... $ 23.12 3%+10.75 ENGI0178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane .... $ 32.85 13.10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ......... $ 32.35 13.10 IRON0084-011 06/01/2020 Rates Fringes IRONWORKER, ORNAMENTAL.......... $ 25.26 7.13 * IRON0263-003 06/01/2020 Rates Fringes IRONWORKER, STRUCTURAL ............. $ 25.14 7.43 PLUM0404-001 09/01 /2020 Rates Fringes PLUMBER ..............$ 26.05 8.81 ------------------------------------------------- SHEE0049-001 04/01 /2019 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ..... $ 21.73 14.94 ------------------------------------------------------ SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ........... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) .......... $ 19.77 7.13 IRONWORKER, REINFORCING......... $ 12.27 0.00 LABORER: Common or General...... $ 12.35 0.00 LABORER: Mason Tender - Brick... $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete ........... $ 10.58 0.00 LABORER: Pipelayer... $ 12.49 2.13 LABORER: Roof Tearoff...$ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................ $ 13.93 0.00 OPERATOR: Bulldozer ..... $ 18.29 1.31 OPERATOR: Drill .............$ 16.22 0.34 OPERATOR: Forklift ........ $ 14.83 0.00 OPERATOR: Grader/Blade...... $ 13.37 0.00 OPERATOR: Loader ......... $ 13.55 0.94 OPERATOR: Mechanic ..... $ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......................$ 16.03 0.00 OPERATOR: Roller ........... $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ............................................$ 14.27 0.00 ROOFER ............................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ..... $ 21.13 6.53 TILE FINISHER .................$ 11.22 0.00 TILE SETTER ....................$ 14.00 2.01 TRUCK DRIVER: Dump Truck ..................................$ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..................................$ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ................................ $ 12.50 0.00 TRUCK DRIVER: Water Truck ............................... $ 12.00 4.11 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Project Manual OrA e'City of Ubbock TEXAS City of Lubbock Roofing Improvements for Fire Administration Building 1515 E. Ursuline Lubbock, Texas 79043 CHA, Inc. Project 2109 October 4, 2021 Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas 79401 www.chapmanharvey.com 806-749-1153 Set No. October 6, 2021 City of Lubbock — Fire Administration Roofing Improvements 1515 East Ursuline Lubbock, Texas 79043 000101 Project Table of Contents General Requirement Sections: 003000 — Bid Form 001010 — Summary of Work 012200 — Unit Prices 013220 — Photographic Documentation 013300 — Submittal Procedures 017700 — Closeout Procedures Architectural Sections: 061050 — Miscellaneous Carpentry 070150 — Preparation for Re -Roofing 072216 — Roof and deck Insulation 075360 — TPO Fleeceback Roof System 076200 — Sheet Metal and Misc. Accessories 077200 — Roof Accessories 161500 — Sanitary Waste and Vent Specialties END TABLE OF CONTENTS Onau� orize uplio%.ripror63tifetd.'rne. TABLE OF CONTENTS 000101 - 1 Date: 2021 OWNER'S NAME OWNER'S ADDRESS BID SUBMITTED BY: lOt"ORMS CITY of LUBBOCK DIRECTOR of PURCHASING 1314 AVENUE K LUBBOCK, TEXAS 79401 The undersigned, having carefully examined the specifications, drawings, and related documents entitled: FIRE ADMINISTRATION ROOF IMPROVEMENTS PROJECT 1515 E. Ursuline Avenue, Lubbock, Texas all as prepared by Chapman Harvey Architects Inc., 612 Broadway, Lubbock, Texas, as well as having made an on - site inspection of the premises and all other conditions affecting the cost and/or execution of the work, proposes to furnish all materials, labor, and equipment necessary to complete the work in accordance with said documents, of which this bid is a part, for the following sum: BASE BID The undersigned acknowledges receipt of No. Date Dollars ($ addenda to the Drawings and Specifications as follows: No. Date No. Date No. Date No. Date No. Date (The Bidder is to fill in I.D. Number and date of each thereby acknowledging receipt of addenda). If awarded the contract, the undersigned agrees to commence work under this contract on or before a date to be specified in a written Construction Notice to Proceed and to complete the project within the calendar days stipulated below from said date, unless modified by change order, and agrees to pay the Owner $500.00 per calendar day as liquidated damages for each day the completion of this project extends beyond the stipulated completion date. Project (Base Bid) : calendar days. If notified of the acceptance of this proposal within thirty (30) days of the time set for the opening of bids, bidder agrees within ten (10) days of notification, to execute a contract in the form of the City of Lubbock, Standard Form of Agreement Between Owner and Contractor as amended for the above work, for the above stated compensation. BID SECURITY, which the Undersigned agrees to in the form of, a Bid Bond or certified check made payable to the City of Lubbock in an amount equal to5% of the bid, will be required. No bidder may withdraw their bid within 30 days after the actual date of bid opening. Said bid security is attached to this Bid. Upon acceptance of this Bid by Owner, Contractor shall furnish, at the time of the signing of the contract, a PERFORMANCE BOND AND LABOR/MATERIAL PAYMENT BOND, in the amount of 100% of the Contract Price. Surety shall meet requirements specified in Document 00800 - Supplementary Conditions. It is understood that the Owner reserves the right to accept or reject any and all Bids and to waive all formalities in accordance with State law. Respectfully Submitted, By: Business Address with Zip Code Telephone Number with Area Code FAX Number with Area Code Fill in the applicable information: (SEAL: If Bid is by Corporation) A Corporation, chartered in the State of . Authorized to do business in the State of Texas. A Partnership, composed of and An Individual operating under the name of END BID FORM November 3, 2021 SUMMARY OF WORK PART GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents. B. Coordination of hazardous material. C. Owner's responsibilities. D. Contractor's use of site and premises. E. Owner occupancy of the facility. F. Project completion time. G. Energy Conservation Code 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this project includes all items shown and/or described in the bid documents. B. Perform construction and improvement work as designated on plans. Pay all associated costs: including, but not limited to connection fees, meter fees, and dump fees. This may include utility service to local utility companies. Coordinate with Owner. C. BASIC SCOPE: 1. POWER WASH THE EXISTING ROOF SURFACE AND ALLOW TO DRY BEFORE ANY APPLICATION OF NEW ROOFING MATERIALS. 2. WORK SHALL INCLUDE REMOVAL OF ANY EXISTING BLISTERS OR RIDGING IN THE EXISITNG MODIFIED BITUMEN ROOF MEMBRANE. 3. INSTALL NEW 1/2" PER FOOT CRICKETS AS SHOWN ON THE ROOF PLAN. 4. ADHERE SPECIFIED %2" SUBSTRATE BOARD AS SPECIFIED. 5. ADHERE ONE PLY OF THERMOPLASTIC SINGLE PLY FLEECEBACKED MEMBRANE AS SPECIFIED. 6. INSTALL NEW MISCELLANEOUS CARPENTRY AND NEW PREFINISHED GUTTER ASSEMBLY AS SPECIFIED. INSTALL NEW PREFINISHED METAL COPING CAP AND FLASHING METAL AS SPECIFIED. 7. PROVIDE NEW ROLLER SUPPORTS FOR EXISTING PIPING ABOVE ROOF. 8. PROVIDE NEW CAST IRON STRAINERS ON ALL DRAIN BOWLS. 9. ALL WORK SHALL INCLUDE ALL HVAC AND ELECTRICAL PIPING DISCONNECTS AND RECONNECTION AS REQUIRED TO COMPLETE THE PROJECT. 10. ALL INSTALLATION OF NEW WORK SHALL BE PER NRCA, SMACNA, ASNI/SPRI, SPECIFICATIONS, DETAILS AND MANUFACTURER'S GUIDELINES. E�u oQe� p 'e oXp q, Ine. SUMMARY OF WORK 01010 - 1 November 3, 2021 11. PROVIDE A TWO (2) YEAR CONTRACTORS WARRANTY AND TWENTY (20) YEAR MANUFACTURER'S WARRANTY. D. SPECIFIC NOTES: 1. PROVIDE PRE -FINISHED METAL GUTTER AND DOWNSPOUT AS SPECIFIED AND DETAILED. 2. PROVIDE PRE -FINISHED METAL EDGE FLASHING AS SPEC. AND DETAILED. 3. PROVIDE 1/2" PER FOOT TAPERED CRICKETS. 4. PROVIDE TAPERED INSULATION TO PROVIDE 1/4"/FOOT SLOPE TO DRAINS. 5. PROVIDE NEW ROLLER SUPPORTS FOR EXISTING PIPING ABOVE ROOF. 6. PROVIDE ROOF TO RISE WALL EXPANSION JOINT FLASHING AS DETAILED. 7. PROVIDE METAL END CLOSURE WHERE EXPANSION JOINT TERMINATES. 8. PROVIDE CONCRETE SPLASH BLOCK AS DETAILED AND SPEC. 9. PRE -FINISHED METAL COPING AS SPEC. 10. PROVIDE ROOF HATCH AS SPECIFIED. 11. PROVIDE ROOF TO ROOF ACCESS LADDER AS DETAILED. 1.3 COORDINATION OF HAZARDOUS MATERIAL A. The general contractor and his subcontractors shall not disturb any known asbestos containing material. Only a licensed asbestos abatement contractor is authorized to disturb/remove asbestos containing material (ACM), while being monitored by a licensed consultant. The general contractor is to protect and take all necessary precautions to prevent exposure to workers and the public. The disturbance or dislocation of ACM's may cause asbestos fibers to be released into the atmosphere, thereby creating a potential health hazard to workmen and the public. The general contractor shall apprise all workers, supervisory personnel, subcontractors, consultants, etc. who will be in the job site of the seriousness of the hazard and of proper work procedures which must be followed to avoid asbestos exposure. The general contractor shall take appropriate continuous measures as necessary to protect the public and building workers from the potential hazard of exposure to airborne asbestos. Such measures shall include the procedures and methods described in regulations of applicable federal, state and local agencies (OSHA, EPA, TDH, etc.) B. The general contractor is encouraged to confer with the asbestos abatement consultant for clarification on any of these matters. C. The general contractor shall prepare a contingency plan for unexpected accidental disturbance of asbestos containing materials (ACM) and implement the plan as necessary. The owner's representative shall be notified immediately of any accidental disturbance of ACM. The general contractor shall be responsible for payment of clean-up of any accidental disturbance of ACM. Clean-up of ACM shall be done by a licensed asbestos abatement contractor. All clean-up work shall be in compliance with all regulatory requirements. D. If any additional materials are discovered, which are suspected of containing asbestos, the general contractor shall notify the owner's representative immediately. If unforeseen friable ACM is discovered in the work area specified herein, the general contractor shall En o �en p 'e oXp q, lne. SUMMARY OF WORK 01010 - 2 November 3, 2021 stop all work until notified in written format by the owner's representative to resume work. E. The construction documents for any change order or other agreement that creates or extends demolition of existing materials into a new area shall document the presence of asbestos -containing materials, if it exists, and require proper removal, by a licensed abatement contractor, prior to any general construction. F. The asbestos abatement contractor shall notify the District ADA Coordinator when his work weekend is scheduled. Ten (10) days notice is needed to clear some areas for abatement work. The responsible parties shall coordinate the abatement work in a manner which is least disturbing to District operations. 1.4 OWNER'S RESPONSIBILITIES A. Assist the contractor in maintaining job site safety by instructing employees and visitors of the potential dangers at the site. B. Provide access for the contractor to portions of the site as may be required for this project. C. Provide parking and storage space for contractor's employees, equipment, and materials. 1.5 CONTRACTOR'S USE OF SITE AND PREMISES A. Limit the use of site and premises to allow: 1. Owner occupancy. 2. Work by others. 1.6 OWNER OCCUPANCY A. The owner will occupy the site and adjacent buildings during entire period of construction for the conduct of normal operations. B. Cooperate with owner to minimize conflict, and to facilitate owner's operations. 1. Temporary interruptions must be scheduled at least 48 hours in advance with the architect. 2. The facility is not to be without utilities for any period of time due to this project. 3. Maintain a clear path for emergency vehicles at all times. C. Schedule the work to accommodate these requirements. D. Contractor is responsible for the safety of visitors to the job site. 1.7 PROJECT COMPLETION TIME A. The entire scope of work included in this contract and described herein shall reach substantial completion within the number of calendar days submitted in the proposal. E.20oaan p 'e oXp q, Ine. SUMMARY OF WORK 01010 - 3 November 3, 2021 PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION E�u o �e� p 'e oXp q, Ine. SUMMARY OF WORK 01010 - 4 October 4, 2021 SECTION 012200 UNIT PRICES PART 1 - GENERAL 1.01 GENERAL A. Unit Price quotations shall be inserted in the appropriate spaces in the Bid Form for each Unit Price item of Work described herein. B. Unit Prices stated in the Agreement shall be used to compute adjustments of the Contract Sum for approved Unit Price items of Work. Such adjustments shall be made by Change Order. C. Unit Prices shall include all labor, materials, tools, and equipment; all other direct and indirect costs necessary to complete the item of Work and to coordinate the Unit Price Work with adjacent Work; and shall include all overhead and profit. Contractor shall accept compensation computed in accordance with the Unit Prices for work installed in place as full compensation for furnishing such Work. D. Compensation will be paid for those items of Work described in below, Unit Prices. 1.02 SPECIFIED WORK A. Applicable Sections of the Specifications describe the materials and methods required under the various Unit Price items of Work. 1 : � �Cy�1�ZK�Z� : � I► :�1 [�7�i A. Immediately notify Owner's Representative when conditions require the use of Unit Price items of Work. B. The applicability of measurement methods for, documentation of, and the final adjustment of the Contract Sum for Unit Price items of Work shall be determined by the Owner's Representative. C. After performing Unit Price items of Work as directed by Owner's Representative, Contractor shall take necessary measurements in the presence of Owner's Representative and shall submit calculations of quantities to Owner's Representative for approval. Contractor shall notify Owner's Representative one (1) day in advance of taking measurements. © 2021 Chapman Harvey Architects, Inc UNIT PRICES 012200 - 1 Unauthorized duplication prohibited. October 4, 2021 1.04 DEFINITIONS A. Unit Price means a fixed price, including all overhead, profit and all other costs of whatever nature and character, for a specified unit of work. Unit prices on the Bid Form, when accepted by the Owner and incorporated into the Contract, shall be the same for additional, deducted or omitted units of work. PART II - UNIT PRICE ITEM SCHEDULE 2.01 UNIT PRICE PROPOSAL: A. Remove and replace deteriorated nailers: $ per board foot. END OF SECTION C 2021 Chapman Harvey Architects, Inc UNIT PRICES 012200 - 2 Unauthorized duplication prohibited. October 4, 2021 SECTION 013220 PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 1.03 SUBMITTALS A. Qualification Data: For photographer. B. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph. C. Construction Photographs: Submit two (2) prints of each photographic view within seven (7) days of taking photographs. I. Digital Images: Submit a complete set of digital image electronic files on CD-ROM. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as the sensor, uncropped. 1.04 COORDINATION A. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, including access to Project site and use of temporary facilities, including temporary lighting required to produce clear, well -lit photographs without obscuring shadows. 1.05 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. PART 2 - PRODUCTS 2.01 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in uncompressed TIFF format, produced by a digital camera with minimum sensor size of 4.0 megapixels, and at an image resolution of not less than 1600 by 1200 pixels. © auth Chapman Harvey ion prohibited. Inc. PHOTOGRAPHIC DOCUMENTATION 013220 - 1 Unauthorized duplication prohibited. October 4, 2021 PART 3 - EXECUTION 3.01 CONSTRUCTION PHOTOGRAPHS A. Photographer: Engage a qualified commercial photographer to take construction photographs. B. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1.Maintain key plan with each set of construction photographs that identifies each photographic location. C. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1.Date and Time: Include date and time in filename for each image. 2.Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to Architect and Construction Manager. E. Preconstruction Photographs: Before starting construction, take, digital photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect. 1. Take eight (8) photographs to show existing conditions adjacent to property before starting the Work. 2.Take eight (8) photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 3.Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. END OF SECTION © 2021 Chapman Harvey Architects, Inc. PHOTOGRAPHIC DOCUMENTATION 013220 - 2 Unauthorized duplication prohibited. October 4, 2021 SECTION 013300 SUBMITAL PROCEDURES PART 1 — GENERAL 1.01 DESCRIPTION A. Work includes: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. 1. Throughout the Work, seal and caulk joints were shown on the Drawings and/or as required by the Architect/Project Manager to provide and maintain watertight and airtight continuous seals. 1.02 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. 1.03 SUBMITTALS A. Make submittals of Shop drawings, samples, Substitution Requests, and other items in accordance with the provisions of this section. B. Upon receipt of Notice of Acceptance of this proposal, the Contractor shall submit the following items. All submittals shall be submitted to the Owner/Owner's representative within ten (10) calendar days of the date on the Notice of Acceptance and prior to the award of contract. 1. Contractor's executed insurance certificate. 2. Material manufacturer's approval/acceptance of the specifications and details as written or noted for this project, fastener pattern layout, insulation, fasteners and all related materials. 3. Contractor's executed payment and performance bonds as required. 4. Shop drawings of all perimeter and projection details, and sheet metal details approved by manufacturer, for Owner's approval if proposed details differ from those included with this proposal package. These drawings shall be approved by the membrane manufacturer and submitted at the preconstruction conference for Owner review and approval prior to work start. 5. Approved applicator must submit a roof drawing which will be employed in the project if proposed drawing differs from that included with this proposal package. 6. Detailed project sequencing, staging, material loading, manpower plans, and detailed project construction schedule for approval. 7. Sample of warranty that is to be issued upon project completion. © 2021 Chapman Harvey Architects, Inc. SUBMITAL PROCEDURES 013300 - 1 Unauthorized duplication prohibited. October 4, 2021 8. Submit list of all mechanical, electrical, rigging, sheet metal, and other Subcontractors with evidence of Subcontractor's insurance coverage in compliance with contract requirements. 9. Project superintendent's resume and project experience list for proposed system. 10. Contractor shall submit written statement that their company or any Subcontractor they may use is not employing workers classified as undocumented workers on this project. 11. Samples of all materials not supplied or prior approved by the roofing membrane manufacturer shall be submitted to the manufacturer for written approval prior to installation start. 12. Submit waterproofing product data, including detailed test results of material applied to surfaces similar to requirements of this Section. Submit manufacturer's instructions for methods and application procedures. C. Samples and Manufacturer's Submittals: Submit prior to delivery or installation. 1. Samples of all roofing system components including all specified accessories. 2. Submit samples of proposed warranty complete with any addenda necessary to meet the warranty requirements as specified. 3. Submit latest edition of manufacturer's specifications and installation procedures. Submit only those items applicable to this project. 4. A written statement from the roofing materials manufacturer approving the installer, specifications and drawings as described and/or shown for this project and stating the intent to guarantee the completed project. 5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens. 6. Submit shop drawings, product data and mockups of all sheet metal. D. Samples and Manufacturer's Submittals for Sheet Metal and Miscellaneous Accessories: Submit prior to deliver or installation. 1. Submit shop drawings, product data and mockups of all sheet metal. PART 2 — PRODUCTS A. Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions, projection conditions, and any additional special job conditions which require details other than indicated in the drawings. C. Shop Drawings and Product Data: 1. Manufacturer's Details: All termination details and other details normally required by the membrane manufacturer's Technical Specifications, including both standard details and special details, shall be furnished by the Contractor and shall be approved in writing by the manufacturer, the company project manager, and the Owner's representative prior to final installation. 2. Date and mark shop drawings to show name of project, Owner, Contractor, origination Subcontractor, manufacturer or supplier, and separate details as pertinent. © 2021 Chapman Harvey Architects, Inc. SUBMITAL PROCEDURES 013300 - 2 Unauthorized duplication prohibited. October 4, 2021 3. Shop drawings shall completely identify specification sections and locations at which materials or equipment are to be installed. 4. Minimum drawing size shall be eight and one-half inches by eleven inches (8-1/2" x I ). 5. Submit sufficient copies of manufacturer's descriptive data including catalog sheets for materials, equipment and fixtures, showing dimensions, performance characteristics and capacities, diagrams and controls, schedules, and other pertinent information required. 6. Submit brochures and other submittal data that cannot be reproduced economically, in such quantities to allow the Owner to retain four copies of each after review. Mark product data to show the name of project, Owner, Contractor, originating Subcontractor, manufacturer or supplier, and separate details if pertinent. 7. Product data shall completely identify specification sections and locations at which materials or equipment are to be installed. 10. Accompany each submittal with a separate transmittal letter in duplicate, containing date, project title and number, Contractor's name and address, number of each shop drawing, product data and samples submitted, and notification of deviations from Contract Documents. D. Provide manufacturer's approved details, or all perimeter conditions, project conditions, and any additional special job conditions which require details other than indicated in the drawings. E. Review comments of the Architect/Project Manager will be shown on the copies when it is returned to the Contractor. The Contractor may make and distribute marked copies as are required for his purposes. F. Fax submittals are not acceptable. 2.02 MANUFACTURER'S LITERATURE A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B. Submit the number of copies which are required to be returned, plus one copy which will be retained by the Architect/Project Manager. 2.03 MAINTENANCE PROCEDURES A. Maintenance Procedures: Within ten days of the date of Substantial Completion of the project, deliver to the Owner three copies of the manufacturer's printed instructions regarding care and maintenance of the roof. B. 2.04 SAMPLES A. Provide sample or samples identical to the precise article proposed to be provided. Identify as described under "Identification of Submittals" below. © 2021 Chapman Harvey Architects, Inc. SUBMITAL PROCEDURES 013300 - 3 Unauthorized duplication prohibited. October 4, 2021 B. Number of samples required: 1. Unless otherwise specified, submit samples in the quantity, which is required to be returned, plus one which will be retained by the Architect/Project Manager. 2. By pre -arrangement in specific cases, a single sample may be submitted for review and, when approved, be installed in the work at a location agreed upon by the Architect/Project Manager. 2.05 COLORS AND PATTERNS A. Unless the precise color and pattern are specifically called out in the Contract Documents, and whenever a choice of color or pattern is available in the specified products, submit accurate color and pattern charts to the Architect/Project Manager for selection. B. Contractor shall hold ALL color samples until all items requiring color selections are received. Only then should the actual color samples be submitted for selections. Each sample shall be properly labeled with the name of the project, contractor, manufacturer, and date of submission. Incomplete color submittal will be returned to the Contractor. C. The Contractor shall allow four weeks after all colors are submitted for final Owner approval. PART 3 — EXECUTION 3.01 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. B. Accompany each submittal with a letter of transmittal showing all information required for identification and checking. 1. When material is re -submitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. 2. On re -submittals, cite the original submittal number for reference. C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. C. Maintain an accurate submittal log for the duration of the work, showing current status of all submittals at all times. Make the submittal log available to the Architect/Project Manager for his review upon request. D. 3.02 TIMING OF SUBMITTALS A. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and re - submittals, and for placing orders and securing delivery. © 2021 Chapman Harvey Architects, Inc. SUBMITAL PROCEDURES 013300 - 4 Unauthorized duplication prohibited. October 4, 2021 B. Revisions: 1. Make revisions required by the Architect/Proj ect Manager. 2. If the Contractor considers any required revision to be a change, he shall so notify the Architect/Project Manager. 3. Make only those revisions directed or approved by the Architect/Project Manager. END OF SECTION © 2021 Chapman Harvey Architects, Inc. SUBMITAL PROCEDURES 013300 - 5 Unauthorized duplication prohibited. October 4, 2021 SECTION 017700 CONTRACT CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Contract Documents, including but not limited to, Drawings, Specification Sections and Notice of Completion apply to the work of this Section. 1.2 SECTION INCLUDES Administrative requirements for the preparation and submission of Final Contract Closeout Documents, including, but not limited to the following: A. Contract Closeout and Conference B. List of Incomplete Work Items (Punch list) C. As Built Drawings D. As Built Specifications E. As Built Schedule F. Warranties and Certificates G. Hazardous Waste Documents H. Operations and Maintenance Manuals. I. Final Cleaning 1.3 CLOSEOUT PROCEDURES A. Submit written certification that contract documents have been reviewed, work has been inspected, and that work is complete in accordance with contract documents and ready for architect's final inspection Completion: After the Work of the Contract is determined by the Owner, to be at Completion, the Contractor shall submit a written request to the Owner and Architect of Record for a date of inspection. B Documentation: The Notice of Completion shall be executed at the end of inspection, documenting incomplete Work items and submission of documents in accordance with this section that includes but is not limited to: 1 Preparation of a list of Work to be completed and corrected, the value of Work items on the list, and completion date of each Work item. 2 Submittal of contract turnover documents. ©a a Chapman Harvey n prohibited. Inc CONTRACT CLOSEOUT REQUIREMENTS 017700 - 1 Unauthorized duplication prohibited. Q October 4, 2021 3 Submittal of operation and maintenance manuals. 4 Termination and removal of temporary facilities from Project site, along with mockups, construction tools, and similar elements. 5 Completion of final cleaning requirements. C. Final payment will be authorized only after all requirements of this section have been met, all punch list items have been completed and verified by the architect, updated record documents have been delivered to the architect, and complete operation and maintenance manuals have been delivered to the architect. Submit final application for payment identifying total adjusted contract sum, previous payments, and sum remaining due. The date of Final Payment establishes the start of the guarantee period. 1.4 WARRANTIES AND CERTIFICATES A. Provide original warranties and certificates. B. Where specifications request warranties and certificates, provide such items requested. Warranties are required of each major sub -contractor who is responsible for an installed building system. C. If applicable, provide required certifications requested by state and local governing agencies. Contractor shall forward copies of the certificates directly to the agency, provide proof of delivery. F. Provide a written Contractor's warranty on contractor's business letterhead stating that the building is warranted against defects in labor for a period of two years from date of final acceptance. Also provide a Manufacturer's warranty for Twenty years for products and materials. This is not necessarily the date of substantial completion. Warranty commences only after final payment and acceptance. 1.6 LIST OF INCOMPLETE ITEMS A Punch List: Submit a copy of completed items from punch list within fifteen (15) days of date of original punch list inspection. Contractor shall initial and date each item upon completion. B. Re -inspection: Submit a written request for reinspection. On receipt of request, the Owner and Architect of Record will either proceed with inspection or notify the Contractor of unfulfilled requirements. After inspection, the Owner will notify the Contractor of items, either on the Contractor's list or additional items identified, that must be completed or corrected. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. Results of completed inspection will form the basis to proceed with commencement of Contract Closeout Documents. Non-compliance, or repeated re -inspections could result in an inspection fee being assessed, plus expenses. U a u Chapman Harvey n prohibited. Inc CONTRACT CLOSEOUT REQUIREMENTS 017700 - 2 Unauthorized duplication prohibited. Q October 4, 2021 1.7 CONTRACT TURNOVER DOCUMENTS A Procedure: Contract turnover documents shall be transmitted to the Owner or if stated to the Design Professional, fifteen (15) days prior to requesting inspection date for Substantial Completion. B As -built Drawings: Transmit one paper copy set of marked -up As -built Drawings to the Design Professional, with copy of transmittal to Owner. Print each Drawing, whether or not changes and additional information were recorded. C As -built Specifications: Transmit one paper copy set of marked -up as -built specifications, including addenda and contract modifications to the Design Professional, with copy of transmittal to Owner. D As -built Schedule: Submit one electronic (PDF) copy, certified by the Contractor, of the schedule that reflects the exact manner in which the project was actually constructed, to the Owner. 1.8 CONTRACT CLOSEOUT (same as final application for payment) A Procedures: The Contractor shall complete each document and submit all documents with original signature & notary as indicated on forms, the following: Final Application for Payment & Certificate of Payment that includes remaining Retainage. Certificate of Final Completion by Contractor. Contractor's Warranty. Manufacturer's Warranty. Finish Warranty on Sheet Metal. Consent of Surety An original AIA form G706, Affidavit of Contractor's Release of Lien An original AIA form G706A, Affidavit of Contractor's Payment of All Debts & Claims An original AIA form G706, Affidavit of Contractor's Release of Lien for any sub -contractor's utilized on this project. Letter stating that all materials installed during this project are asbestos free PART 2 - PRODUCTS 2.1 CLEANING MATERIALS A Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART -EXECUTION 3.1 DEMOBILIZATION A Terminate and remove temporary facilities from the Project site, along with mockups, construction tools, and similar elements. U a u Chapman Harvey n prohibited. Inc CONTRACT CLOSEOUT REQUIREMENTS 017700 - 3 Unauthorized duplication prohibited. Q October 4, 2021 fc�►�:7�LK� : 1► e7_ ►��i�lul: I :Clow A Recording: Maintain one copy of each submittal during the construction period for contract turnover document purposes. Post changes and modifications to contract turnover documents as they occur; do not wait until the end of the Project. B Maintenance of Turnover Documents and Samples: Store turnover documents and Samples in the field office apart from the Contract Documents used for construction. Contract turnover documents shall not be used for construction purposes. Maintain turnover documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to contract turnover documents for the Owner's reference during normal working hours during performance of Contract. 3.3 FINAL CLEANING A General: Perform final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. Complete the following cleaning operations as applies to Work of the contract. (Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. a)Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. b)Rake grounds that are neither planted nor paved to a smooth, even -textured surface. c)Remove tools, construction equipment, machinery, and surplus material from Project site. d)Remove debris and surface dust from limited access spaces, including roofs, plenums, attics, and similar spaces. e)Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove asphalt and other foreign substances. f)Water Test all roof drains and downspouts to ensure free flowing and operating at full capacity. g)Leave Project clean and ready for occupancy. C Construction Waste Disposal: Comply with waste disposal requirements in all other applicable sections. 3.4 ADJUSTMENTS A Adjust operating products and equipment to ensure smooth and unhindered operation. B If adjustments cannot provide a smooth and unhindered operation, replace product with matching item that will operate correctly. END OF SECTION ©a a Chapman Harvey n prohibited. Inc CONTRACT CLOSEOUT REQUIREMENTS 017700 - 4 Unauthorized duplication prohibited. Q October 4, 2021 SECTION 061050 MISCELLANEOUS CARPENTRY PART 1 - GENERAL 1.01 SUMMARY A. This Section includes the following: I. Framing with dimension lumber. 2.Rooftop equipment bases and support curbs. 3. Wood blocking, cants, and nailers. 4. Sheathing. 1.02 DEFINITIONS A. Lumber grading agencies, and the abbreviations used to reference them, include the following: LNELMA - Northeastern Lumber Manufacturers Association. 2.NLGA - National Lumber Grades Authority. 3. SPIB - Southern Pine Inspection Bureau. 4. WCLIB - West Coast Lumber Inspection Bureau. 5.WWPA - Western Wood Products Association. 1.03 SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1.Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2.Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 4. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Research/Evaluation Reports: effect for Project: I. Preservative -treated wood. 2.Fire-retardant-treated wood. 3. Power -driven fasteners. 4. Powder -actuated fasteners. 5.Expansion anchors. 6.Metal framing anchors. For the following, showing compliance with building code in © 2021 Chapman Harvey Architects, Inc MISCELLANEOUS CARPENTRY 061050 - 1 Unauthorized duplication prohibited. October 4, 2021 1.04 QUALITY ASSURANCE A. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2, "Principles and Criteria": 1.Dimension lumber. 2. Plywood. 1.05 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2-PRODUCTS 2.01 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1.Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4.Provide dressed lumber, S4S, unless otherwise indicated. 5.Provide dry lumber with nineteen percent (19%) maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 6.Provide dry lumber with fifteen percent (15%) maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. B. Wood Structural Panels: I.Plywood 2. Thickness: As needed to comply with requirements specified but not less than thickness indicated. 2.02 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the American Lumber Standards Committee National Grading Rule provisions of the grading agency indicated. B. Non -Load -Bearing Interior Partitions: Construction, Stud, or No. 2 grade and any of the following species: 1.Mixed southern pine; SPIB. 2.Hem-fir or Hem -fir (north); NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA. 4.Eastern softwoods; NELMA. © 2021 Chapman Harvey Architects, Inc MISCELLANEOUS CARPENTRY 061050 - 2 Unauthorized duplication prohibited. October 4, 2021 5.Northem species; NLGA. 6. Western woods; WCLIB or WWPA. C. Other Framing: Construction, Stud, or No. 2 grade and any of the following species: 1.Douglas fir -larch; WCLIB or WWPA. 2. Douglas fir -south; WWPA. 3.Douglas fir -larch (north); NLGA. 4.Hem-fir; WCLIB or WWPA. 5. Hem -fir (north); NLGA. 6. Southern pine; SPIB. 7.Mixed southern pine; SPIB. 8.Spruce-pine-fir (south); NELMA, WCLIB, or WWPA. 9. Spruce -pine -fir; NLGA. 2.03 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including the following: I. Rooftop equipment bases and support curbs. 2. Blocking. 3. Cants. 4.Nailers. 5. Furring. B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with fifteen percent (15%) maximum moisture content and any of the following species: I. Mixed southern pine; SPIB. 2.Hem-fir or Hem -fir (north); NLGA, WCLIB, or WWPA. 3.Spruce-pine-fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA. 4.Eastern softwoods; NELMA. 5.Northern species; NLGA. 6.Western woods; WCLIB or WWPA. C. For exposed boards, provide lumber with fifteen percent (15%) maximum moisture content and any of the following species and grades: I. Eastern white pine, Idaho white, lodgepole, ponderosa, or sugar pine Premium or 2 Common (Sterling) grade; NELMA, NLGA, WCLIB, or WWPA. 2.Mixed southern pine, B & B Finish No. 1 grade; SPIB. 3.Hem-fir or Hem -fir (north), Superior or C & Better Finish grade; NLGA, WCLIB, or WWPA. 4.Spruce-pine-fir (south) or Spruce -pine -fir, grade; NELMA, NLGA, WCLIB, or WWPA. 5.Western red cedar, A grade; NLGA or WWPA. D. For concealed boards, provide lumber with fifteen percent (15%) maximum moisture content and any of the following species and grades: 1.Mixed southern pine, No. 2 grade; SPIB. 2.Hem-fir or Hem -fir (north), Construction or 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or Spruce -pine -fir, Construction or 2 Common grade; NELMA, NLGA, WCLIB, or WWPA. 4.Eastern softwoods, No. 2 Common grade; NELMA. © 2021 Chapman Harvey Architects, Inc MISCELLANEOUS CARPENTRY 061050 - 3 Unauthorized duplication prohibited. October 4, 2021 S.Northem species, No. 2 Common grade; NLGA. 6. Western woods, Construction or No. 2 Common grade; WCLIB or WWPA. 2.04 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. I. Where carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power -Driven Fasteners: CABO NER-272. D. Wood Screws: ASME B 18.6.1. E. Screws for Fastening to Cold -Formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. F. Lag Bolts: ASME B 18.2.1. (ASME B 18.2.3.8M). G. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1.Material: Carbon -steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2.Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, / nailers, blocking, and similar supports to comply with requirements for attaching other construction. © 2021 Chapman Harvey Architects, Inc MISCELLANEOUS CARPENTRY 061050 - 4 Unauthorized duplication prohibited. October 4, 2021 C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. D. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. E. Countersink fastener heads on exposed carpentry work and fill holes with wood filler. F. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. 3.02 WOOD BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. 3.03 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. l .Fire block furred spaces of walls, at each floor level and at ceiling, with wood blocking or noncombustible materials accurately fitted to close furred spaces. 3.04 PANEL PRODUCT INSTALLATION A. Wood Structural Panels: Comply with applicable recommendations contained in APA Form No. E30K, "APA Design/Construction Guide: Residential & Commercial," for types of structural -use panels and applications indicated. Comply with "Code Plus" provisions in above -referenced guide. END OF SECTION © 2021 Chapman Harvey Architects, Inc MISCELLANEOUS CARPENTRY 061050 - 5 Unauthorized duplication prohibited. October 4, 2021 SECTION 070150 PREPARATION FOR RE -ROOFING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Roof re-cover preparation. 1.03 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.04 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Existing Membrane Roofing System: Built-up asphalt and SBS-modified bituminous roofing membrane, surfacing, and components and accessories between deck and roofing membrane. C. Substrate Board: Rigid board or panel products placed over the roof deck that serve as thermal barriers, provide a smooth substrate, or serve as a component of a fire -resistance - rated roofing system. D. Roof Re -Cover Preparation: Existing roofing membrane that is to remain and be prepared for reuse. E. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and reinstalled. F. Existing to Remain: Existing items of construction that are not indicated to be removed. 1.05 SUBMITTALS A. Product Data: For each type of product indicated. B. Fastener pull-out test report. © 2021 Chapman Harvey Architects, Inc UNIT PRICES 012200 - 1 Unauthorized duplication prohibited. October 4, 2021 C. Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces, that might be misconstrued as having been damaged by reroofing operations. Submit before Work begins. 1.06 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning membrane roofing removal. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Reroofing Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner, Owner's representative, Owner's insurer if applicable, testing and inspecting agency representative, roofing system manufacturer's representative, deck Installer, roofing Installer including project manager, superintendent, foreman, and installers whose work interfaces with or affects reroofing including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to reroofing preparation, including membrane roofing system manufacturer's written instructions. 3. Review temporary protection requirements for existing roofing system that is to remain, during and after installation. 4. Review roof drainage during each stage of reroofing and review roof drain plugging and plug removal procedures. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 6. Review existing deck removal procedures and Owner notifications. 7. Review procedures to determine condition and acceptance of existing deck for reuse. 8. Review structural loading limitations of deck during reroofing. 9. Review base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that will affect reroofing. 10. Review HVAC shutdown and sealing of air intakes. 11. Review shutdown of fire -suppression, -protection, and -alarm and -detection systems. 12. Review procedures for asbestos removal or unexpected discovery of asbestos - containing materials. 13. Review governing regulations and requirements for insurance and certificates if applicable. 14. Review existing conditions that may require notification of Architect before proceeding. 1.07 PROJECT CONDITIONS A. Owner will occupy portions of building immediately below reroofing area. Conduct reroofing so Owner's operations will not be disrupted. Provide Owner with not less than 48 hours notice of activities that may affect Owner's operations. © 2021 Chapman Harvey Architects, Inc UNIT PRICES O 122 �� - 2 Unauthorized duplication prohibited. October 4, 2021 1. Coordinate work activities daily with Owner so Owner can place protective dust or water leakage covers over sensitive equipment or furnishings, shut down HVAC and fire -alarm or -detection equipment if needed, and evacuate occupants from below the work area if desired. 2. Before working over structurally impaired areas of deck, notify Owner to evacuate occupants from below the affected area. Verify that occupants below the work area have been evacuated prior to proceeding with work over the impaired deck area. B. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from reroofing operations. C. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. D. Owner assumes no responsibility for condition of areas to be reroofed. 1. Conditions existing at time of inspection for bidding will be maintained by Owner as far as practical. E. Limit construction loads on roof for uniformly distributed loads. F. Weather Limitations: Proceed with reroofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering into existing roofing system or building. G. Hazardous Materials: It is not expected that hazardous materials such as asbestos - containing materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. Existing roof will be left no less watertight than before removal. 2. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. PART 2 - PRODUCTS 2.01 INFILL MATERIALS A. Use infill materials matching existing membrane roofing system materials, unless otherwise indicated. 1. Infill materials are specified in Division 7 Section. PART 3 - EXECUTION 3.01 PREPARATION A. Protect existing membrane roofing system that is indicated not to be reroofed. 1. Loosely lay 1/2" plywood or OSB panels over existing roof surface. 2. Limit traffic and material storage to areas of existing roofing membrane that have been protected. © 2021 Chapman Harvey Architects, Inc UNIT PRICES 012200 - 3 Unauthorized duplication prohibited. October 4, 2021 Maintain temporary protection and leave in place until replacement roofing has been completed. B. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work. Cover air intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. C. During removal operations, have sufficient and suitable materials on -site to facilitate rapid installation of temporary protection in the event of unexpected rain. D. Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. Prevent debris from entering or blocking roof drains and conductors. Use roof - drain plugs specifically designed for this purpose. Remove roof -drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 1. If roof drains will be temporarily blocked or unserviceable due to roofing system removal or partial installation of new membrane roofing system, provide alternative drainage method to remove water and eliminate ponding. Do not permit water to enter into or under existing membrane roofing system components that are to remain. E. Verify that rooftop utilities and service piping have been shut off before commencing Work. A. Remove blisters, ridges, buckles, and other substrate irregularities from existing roofing membrane that inhibit new recover boards from conforming to substrate. 1. Remove loose aggregate from aggregate -surfaced, built-up bituminous roofing with a power broom. 2. Broom clean existing substrate. 3. Coordinate with Owner's inspector to schedule times for tests and inspections before proceeding with installation of recover boards. 5. Verify that existing substrate is dry before proceeding with installation of recover boards. 6. Remove materials that are wet or damp. Removal will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. 3.03 EXISTING BASE FLASHINGS A. Install new plywood sheathing, 3/4" thick. If parapet framing has deteriorated, immediately notify Owner's representative. 1. Plywood parapet sheathing is specified in Division 6 Section "Misc. Carpentry". 3.04 FASTENER PULL-OUT TESTING A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect before installing new membrane roofing system. 1. Obtain Architect's approval to proceed with specified fastening pattern. Architect may furnish revised fastening pattern commensurate with pull-out test results. © 2021 Chapman Harvey Architects, Inc UNIT PRICES 0I22�� - 4 Unauthorized duplication prohibited. October 4, 2021 3.11 DISPOSAL A. Collect and place demolished materials in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. 1. Storage or sale of demolished items or materials on -site will not be permitted. B. Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION C 2021 Chapman Harvey Architects, Inc UNIT PRICES 012200 - 5 Unauthorized duplication prohibited. October 4, 2021 SECTION 072216 ROOF AND DECK INSULATION PART 1 — GENERAL 1.01 REFERENCES (INCLUDING LATEST REVISIONS) A. Comply with governing local, state, and federal regulations, safety standards, and codes. B. Testing Laboratory Services: Test results shall meet or exceed established standards. C. Underwriters Laboratories, Inc. (Roofing Covering): Class A fire hazard classification. D. American Society of Testing Materials (ASTM) 1. C 177 Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus 2. C 209 Methods of Testing Insulating Board (Cellulosic Fiber), Structural and Decorative 3. C 728 Perlite Thermal Insulation Board 4. D 41 Asphalt Primer Used in Roofing and Waterproofing 5. D 312 Asphalt Used in Roofing 6. D 1621 Test Method for Compressive Properties of Rigid Cellular Plastics 7. D 4601 Asphalt Coated Glass Fiber Base Sheet Used in Roofing E. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing Manual F. American National Standards Institute/Single Ply Roofing Industry (ANSI/SPRI) G. American Society of Civil Engineers - ASCE 7 Minimum Design Loads for Buildings and Other Structures (for wind uplift criteria) 1.02 QUALITY ASSURANCE A. Regulatory Requirements I. Classified by Underwriter's Laboratories (UL) as Class A roof covering. 2. Follow local, state, and federal regulations, safety standards, and codes. B. Installation 1.Installation shall be in accordance with manufacturer's current published application procedures, NRCA general recommendations, and ASCE 7 wind uplift criteria. 2. Roof system manufacturer's technical specifications shall be considered part of this specification and shall be used as reference for specific application procedures. C. Contract Documents 1.In the case of an inconsistency between the drawings and specifications or within either document not clarified by addendum, the better quality or greater quantity of work shall be provided in accordance with the Project Manager's/Architect's interpretation. © 2021 Chapman Harvey Architects, Inc ROOF AND DECK INSULATION 072216 - 1 Unauthorized duplication prohibited. October 4, 2021 1.03 SUBMITTALS A. Product Data: Submit Manufacturer's product data sheets for each product. B. Shop Drawings: Layout of roof plan showing, direction of slope, amount of slope, spot elevations indicating thicknesses at high and low points. C. Certification: Submit roof manufacturer's certification in writing that insulation is acceptable as substrate for application of specified roof system. 1.04 DELIVERY, STORAGE, AND HANDLING A. Store materials in accordance with manufacturer's recommendations. B. When stored outdoors: 1. Tarp and shield insulation from moisture and ultraviolet rays. 2.Elevate insulation above substrate four inches minimum. 3. Secure insulation to resist high winds. 4.Distribute insulation stored on roof deck to prevent concentrated loads that would impose excessive stress or stain on deck or structural members. Verify that structure can accommodate additional loading. 5. Wet insulation, or insulation that has been wet but which has dried, may not be used and shall be removed completely and immediately from the job site. 6.Do not double stack bundles of insulation on the roof top. 1.05 SEQUENCING AND SCHEDULING A. Substrate Acceptance: Roof system manufacturer's representative shall inspect roof deck and associated substrates and provide written acceptance of conditions. B. Manufacturer's approved roofing contractor shall inspect and approve deck and substrates. C. Plan roof layout with respect to roof deck slope to prevent rainwater drainage into completed roofing. D. Do not install more insulation than can be covered with complete roof system in same day. 1.06 PRODUCT CONDITIONS A. Environmental Requirements: I. Apply roofing and insulation in dry weather. 2. Do not proceed with roof construction during inclement weather or when precipitation is predicted 40% or more possibility. 3.Do not apply insulation over wet or moist deck or in foggy conditions. 4.Days with wind speeds of 30 mph or greater shall be considered "Bad Weather" days. B. Emergency Equipment: Maintain on -site equipment and material necessary to apply emergency temporary seals I the event of sudden storms or inclement weather. C. Costs for emergency roofing shall be borne by Contractor. © 2021 Chapman Harvey Architects, Inc ROOF AND DECK INSULATION 072216 - 2 Unauthorized duplication prohibited. October 4, 2021 PART 2 — PRODUCTS 2.01 INSULATION — TAPERED A. Factory Tapered Polyisocyanurate Crickets: Factory cut twenty-four inch by forty-eight inch (24" x 48") polyisocyanurate board cut to one-half inch (1/2") per foot slope used in conjunction with standard thickness of polyisocyanurate board to provide positive slope. 2..02 COVER BOARD A. Shall be impact -resistant, nonstructural, specially engineered gypsum and cellulose fiber panels with 95% recycled content: uniform water -resistance throughout core and surface. Board size four feet by eight feet (4' x 8% thickness 1/2"; conforming to ASTM C 1278, meeting FM 4470 Class 1 criteria, classified by Underwriters Laboratories, and listed in the FM Global Approval Guide. Board will meet the following physical properties, Securock® Roof Board, as manufactured by USG Corporation, or approved equal. Test Typical Value Test Method Fire Resistance Class A UL 790 Permeance < 30 ASTM C473 Surface water absorption < 1.6 nominal grams ASTM C473 Water resistance Maximum 10% weight percentage gain Mold Resistance Minimum rating of "10" ASTM D3273 2.03 ASPHALT ROOF PRIMER A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, as manufactured by GAF, or approved equal. Applicable Federal Specification SS-A-701B ASTM D 41 Flash Point 105' F Viscosity at 80' F (ASTM D 217) 50-60 K.U. Weight per gallon 7.4 pounds Drying time (to touch) Min. 4 hours 2.04 BITUMEN A. Shall be ASTM D 312 Type IV extra steep asphalt. B. Contractor shall mix with the hot asphalt an additive that eliminates the asphalt odor, such as descent, as manufactured by ArrMaz Custom Chemicals, or approved equal. © 2021 Chapman Harvey Architects, Inc ROOF AND DECK INSULATION 072216 - 3 Unauthorized duplication prohibited. October 4, 2021 PART 3 — EXECUTION 3.01 PROTECTION OF ROOFING A. Provide special protection from traffic on yet to be removed roofing. B. Provide special protection from traffic on completed work. 3.02 EXAMINATION AND PREPARATION A. Do not install until defects are corrected and deck substrate meets roof system manufacturer's requirements. B. Do not apply insulation unless asphalt application temperature, EVT of approximately 375' F to 425' F, can be maintained or when water or moisture is present on substrate. Do not heat asphalt above flashing point, or 525' F. C. Examine substrate and related surfaces and verify that there are no conditions such as inadequate anchorage, foreign materials, moisture, ridges, depressions, or other conditions which would prevent satisfactory installation of roof system. D. Start of work constitutes acceptance of deck substrate and site conditions. E. Sweep deck substrate clean of dust and debris immediately prior to installation of cover board. 3.03 APPLICATION OF INSULATION — GENERAL INSTRUCTIONS A. Manufacturer's Instructions: In regard to attachment, the manufacturer's instructions or specifications shall determine the suitability for an application. Installation must meet ASCE 7 criteria and meet local governing building codes. B. Precautions: The surface of the insulation must not be ruptured due to overdriving of fasteners. C. Thermal insulation boards shall be laid on the substrate in parallel rows with end joints staggered and butted as close as possible. All joints shall be tight and at the roof perimeter and roof penetrations, insulation shall be cut neatly and fitted to reduce openings to a minimum. All openings one-fourth inch (1/4") or larger shall be filled with insulation. D. Insulation shall be tapered or feathered at drains and scuppers to provide proper drainage (if applicable). E. No more insulation shall be installed than can be covered by the completed roof system by the end of the day or the onset of inclement weather. F. Tapered insulation and crickets, when specified, shall be placed in accordance with the drawings and/or as required to minimum of NRCA standards. © 2021 Chapman Harvey Architects, Inc ROOF AND DECK INSULATION 072216 - 4 Unauthorized duplication prohibited. October 4, 2021 3.04 APPLICATION OF NEW INSULATION OVER EXISTING ROOFING MEMBRANE A. If existing roof components are to be removed down to the top of existing roof membrane, it shall be the contractor's responsibility to verify that the existing insulation is attached according to ASCE 7 criteria prior to proceeding with installation of new insulation. After proper priming, if required, the top surface of the existing roof membrane shall be coated with hot asphalt using twenty-five pounds (25#) ±20%, per one hundred (100) square feet of surface, and a new layer of tapered insulation crickets shall be applied using offset joints, so that each layer breaks joints to a minimum of six inches (6") both ways with the preceding layer, and immediately walked in place. The new layer of insulation shall run perpendicular to the existing insulation. B. The top surface of the preceding insulation shall be coated with hot asphalt using twenty-five pounds (25#) ±20%, per one hundred (100) square feet of surface, and specified cover board shall be applied using offset joints, so that each layer breaks joints to a minimum of six inches (6") both ways with the preceding layer, and immediately walked in place. 3.05 ADJUSTING A. Remove insulation which has been damaged (broken, cracked, punctured, wet, etc.) and install acceptable new units before installation of roof system. 3.06 CLEANING A. Remove debris and material wrappers from jobsite. Leave insulation clean and dry, ready to receive roofing membrane. END OF SECTION © 2021 Chapman Harvey Architects, Inc ROOF AND DECK INSULATION 072216 - 5 Unauthorized duplication prohibited. October 4, 2021 SECTION 075360 ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM (TPO) PART 1 - GENERAL 1.01 INSTALLER QUALIFICATIONS A. Roofing Installer must be: I. Currently prequalified with the Owner in accordance with Owner's prequalification requirements. 2. Currently in good standing with the manufacturer. B. It shall remain each Contractor's responsibility to determine his status with the manufacturer's certification plan. 1.02 QUALITY ASSURANCE A. Applicator/Installer: I. Acceptable to roof material manufacturer for the manufacturer's warranty requirements. 2.Five (5) years successful experience on projects similar in size and scope. 3.Experienced in the type of roofing work required. 4. Successfully completed previous projects warranted by the manufacturer. B. Testing Laboratory Services: Test results shall meet or exceed established standards. C. Underwriters Laboratory (Roofing Covering): Class A fire hazard classification. D. Comply with governing local, state, and federal regulations, safety standards, and codes. 1.03 REFERENCES (INCLUDING LATEST REVISIONS) A. American Society for Testing and Materials: 1. ASTM B 209, Specification for Aluminum and Aluminum Alloy Sheet and Plate 2. ASTM C 719, Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cycle Movement (Hockman Cycle) 3. ASTM C 794, Test Method for Adhesion -in -Peel of Elastomeric Joint Sealants 4. ASTM C 920, Specification for Elastomeric Joint Sealants 5. ASTM D 312, Specification for Asphalt Used in Roofing 6. ASTM D 1863, Specification for Mineral Aggregate Used on Built-up Roofs 7. ASTM D 2178, Specification for Asphalt Glass Felt Used in Roofing and Waterproofing 8. ASTM D 2824, Specification for Aluminum - Pigmented Asphalt Roof Coatings 9. ASTM D 4586, Specification for Asphalt Roof Cement, Asbestos Free 10. ASTM A 361, Sheet Steel, Zinc -Coated (Galv.) by the Hot -Dip Process for Roofing and Siding 11. ASTM C 177, Test for Thermal Laboratory Services 12. ASTM C 728, Perlite Thermal Insulation Board © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 1 Unauthorized duplication prohibited. October 4, 2021 B. Federal Specifications: 1.LLL-I-535B 2. SS-A-701 B 3.SS-C-153 4.SS-C-153C 5. SS-R-620B 6.TT-C-498C 7.TT-P-320D 8. TT-S-00227E 9.TT-S-00230C 10. SS-S-001534 (GSA-FSS) II. L-P-375 C. Industry Standards: I. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing Manual 2. Single -ply Roofing Institute (SPRI) - A Professional Guide to Specifications Manual 3. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) - Architectural Sheet Metal Manual 4. American Society of Civil Engineers — ASCE 7 1.04 SUBMITTALS A. Samples and Manufacturer's Submittals: Submit prior to delivery or installation. 1. Samples of all roofing system components including all specified accessories. 2. Submit samples of proposed warranty complete with any addenda necessary to meet the warranty requirements as specified. 3. Submit latest edition of manufacturer's specifications and installation procedures. Submit only those items applicable to this project. 4. A written statement from the roofing materials manufacturer approving the installer, specifications and drawings as described and/or shown for this project and stating the intent to guarantee the completed project. 5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens. B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions, projection conditions, and any additional special job conditions which require details other than indicated in the drawings. C. Maintenance Procedures: Within ten days of the date of Substantial Completion of the project, deliver to the Owner three copies of the manufacturer's printed instructions regarding care and maintenance of the roof. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original, unopened containers and rolls with all labels intact and legible including labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. B. Deliver materials requiring fire resistance classification to the job with labels attached and packaged as required by labeling service. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 2 Unauthorized duplication prohibited. October 4, 2021 C. Deliver materials in sufficient quantity to allow continuity of work. D. Handle and store material and equipment in such a manner as to avoid damage. Liquid products shall be delivered sealed, in original containers. E. Handle rolled goods to prevent damage to edge or ends. F. Select and operate material handling equipment so as not to damage existing construction or applied roofing. G. Moisture -sensitive products shall be maintained in dry storage areas and properly covered. Provide continuous protection of materials against wetting and moisture absorption. Store roofing and flashing materials on clean raised platforms with weather protective covering when stored outdoors. H. Store rolled goods on end. I. Protect materials against damage by construction traffic. The proper storage of materials is the sole responsibility of the contractor, and any wet or damaged roofing materials shall be discarded, removed from the project site, and replaced prior to application. K. Comply with fire and safety regulations, especially with materials which are extremely flammable and/or toxic. Use safety precautions indicated on labels. L. Products liable, such as emulsions, to degrade as a result of being frozen shall be maintained above 40' F in heated storage. M. No storage of materials shall be permitted on roof areas other than those materials that are to be installed the same day. 1.06 SITE CONDITIONS A. Job Condition Requirements: 1.Apply roofing in dry weather. 2.Do not apply roofing when ambient temperature is below 40' F (4° Q. 3.Coordinate the work of the contractor with the work to be performed by the Owner's personnel, to ensure proper sequencing of the entire work. The Owner's personnel will be erecting interior protection for equipment, if required. The contractor is to schedule his work so that adequate time is allowed for the Owner's personnel to perform the work. No roof work shall be performed until the Owner's personnel have completed erection of the interior protection in that area. 4.Proceed with roofing work only when weather conditions are following manufacturer's recommended limitations, and when conditions will permit the work to proceed in accordance with specifications. 5.Schedule the work so the building will be left watertight at the end of each day. Do not remove more roofing material than can be reinstalled in any working day. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 3 Unauthorized duplication prohibited. October 4, 2021 6.All surfaces to receive new roofing shall be smooth, dry, and free from dirt, debris, and foreign material before any of this work is installed. Competent operators shall attend all times equipment is in use. Materials shall be stored neatly in areas designated by the Owner. Load placed on the roof at any point shall not exceed the safe load for which the roof is designed. 7.The contractor shall take all necessary precautions to protect the roof mat and deck from damage. The contractor shall be responsible for repairing all new areas of damage caused by the negligence of the contractor, at the contractor's expense. The Owner's on -site representative shall determine damage caused by contractor negligence. 8.The contractor shall follow local, state, and federal regulations, safety standards, and codes for the removal, handling, and disposal of asbestos containing materials, if present. When a conflict exists, use the stricter document. 9.Follow insurance underwriter's requirements acceptable for use with specified products or systems. 10. Due caution should be exercised so as not to alter the structural integrity of the deck. When cutting through any deck, care should be taken so as not to damage the deck or any part of the deck, such as post tension cables, etc. 11. All kettles shall have an automatic thermostat control, and temperature gauge, all in working order. 12. The contractor is to verify the location of all interior ducts, electrical lines, piping, conduit, and/or similar obstructions. The contractor is to perform all work in such a manner as to avoid contact with the above -mentioned items. 13. Surface and air temperatures should be a minimum 45' F during applications of cleaner and waterproof coating and remain above 45' F for a minimum of four (4) hours following applications. Verify compatibility of cleaner with coatings, paints, primers, and joint sealers specified. Advise Owner's representative of any problems in this regard prior to commencing cleaning operations. 14. Temporary Sanitary Facilities: The contractor shall furnish and maintain temporary sanitary facilities for employees use during this project. These will be removed after the completion of the project. All portable facilities shall comply with local laws, codes, and regulations. B. Protection of Work and Property: I. Work: The contractor shall maintain adequate protection of all his work from damage and shall protect the Owner's and adjacent property from injury or loss arising from this contract. He shall provide and always maintain any OSHA required danger signs, guards, and/or obstructions necessary to protect the public and his workmen from any dangers inherent with or created by the work in progress. All federal, state, and city rules and requirements pertaining to safety and all EPA standards, OSHA standards, NESHAP regulations pertaining to asbestos as required shall be fulfilled by the contractor as part of his proposal. 2.Property: Protect existing planting and landscaping as necessary or required to provide and maintain clearance and access to the work of this contract. Examples of two categories or degrees of protection are generally as follows: a) removal, protection, preservation, or replacement and replanting of plant materials; b) protection of plant materials in place, and replacement of any damage resulting from the contractor's operations. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 4 Unauthorized duplication prohibited. October 4, 2021 3.Twenty-four Hour Call: The contractor shall have personnel on call 24 hours per day, seven (7) days per week for emergencies during a job. The Owner's Project Manager is to have the 24-hour numbers for the contact. Contractor must be able to respond to any emergency call and have personnel on -site within two (2) hours after contact. Numbers available to the Owner's Project Manager are to be both home and office numbers for: a) Job Foreman b) Job Superintendent c) Owner or Company Officer C. Damage to Work of Others: The contractor shall repair, refinish, and make good any damage to the building or landscaping resulting from any of his operation. This shall include, but is not limited to, any damage to plaster, tile work, wall covering, paint, ceilings, floors, or any other finished work. Damage done to the building, equipment, or grounds must be repaired at the successful contractor's expense holding the Owner harmless from any other claims for property damage and/or personal injury. D. Measurements: It will be the contractor's responsibility to obtain and/or verify any necessary dimensions by visiting the job site, and the contractor shall be responsible for the correctness of same. Any drawings supplied are for reference only. E. Use of Premises: I. The contractor is advised that the Owner will occupy the building at all times, and the contractor must provide all safeguards required to protect personnel and to keep noise levels as low as reasonably possible for each operation. 2. The contractor shall: a) Coordinate work in such a manner as to not interfere with the normal operation of the building. b) Assume full responsibility for protection and safekeeping of products stored on premises. c) Agree to hold the Owner harmless in any and all liability of every nature and description which may be suffered through bodily injuries, including death of any persons by reason of negligence of the contractor, agents, employees, or subcontractors. F. Cleaning and Disposal of Materials: 1.Contractor shall keep the job clean and free from all loose materials and foreign matter. Contractor shall take necessary precautions to keep outside walls clean and shall allow no roofing materials to remain on the outside walls. 2.All waste materials, rubbish, etc., shall be removed from the Owner's premises as accumulated. Rubbish shall be carefully handled to reduce the spread of dust. A suitable scrap chute or hoist must be used to lower any debris. At completion, all work areas shall be left broom clean, and all contractor's equipment and materials removed from the site. 3.All bituminous or roofing related materials shall be removed from ladders, stairs, railings, and similar parts of the building. 4.Debris shall be deposited at an approved disposal site. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 5 Unauthorized duplication prohibited. October 4, 2021 1.07 WARRANTY A. Twenty (20) Year NDL Warranty: The complete roofing system shall be guaranteed for a minimum of twenty (20) years from the date of Substantial Completion for this project. Guarantee responsibilities shall be as follows: 2.Roofing contractor shall guarantee the entire roofing system for a period of two (2) years from the date of Substantial Completion. 2.The materials manufacturer shall guarantee the entire roofing system for a total period of twenty (20) years from the date of substantial completion. 3.Membrane manufacturer shall provide the written warranty as specified. 4.The entire roofing system shall be guaranteed to be watertight and against any failures of workmanship and materials. Repair of the system, including materials and labor, shall be done at no cost to the Owner. 5.Warranty repairs shall be performed by a certified installer. The repairs shall be performed in accordance with the manufacturer's written instructions and recommended procedures so as to not void the warranty. B. During the proposal period each Contractor shall make arrangements with the materials manufacturer to provide the required warranty. Refer to SUBMITTALS paragraph in this section for requirements concerning submittals of warranty. PART 2-PRODUCTS 2.01 GENERAL A. Compatibility: Provide materials that are recommended by manufacturers to be fully compatible with indicated substrates or provide separation materials as required to eliminate contact between incompatible materials. B. Acceptable manufacturers: Johns -Manville, GAF, Firestone, Carlisle. C. Materials herein specified shall be supplied or approved in writing by the manufacturer issuing the warranty. D. The white polyester reinforced fleece backed adhered roofing system shall only be applied by manufacturer approved and trained roofing contractors. E. The manufacturer shall have 15 years UL listing for the membrane to be used on the project. Membrane manufacturer shall have a minimum of 15 years FM approval, and 15 years manufacturing experience with the roofing membrane specified for this project. F. All roofing, and roof accessories shall be installed in compliance with manufacturer's current specifications and details. G. All materials used on the project shall be asbestos free. H. Liquid -type auxiliary materials shall meet VOC limits of authorities having jurisdiction. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 6 Unauthorized duplication prohibited. October 4, 2021 2.02 TPO ROOFING MEMBRANE A. The white 60 mil thermoplastic polyolefm (TPO) membrane sheet shall be fabric reinforced with a backing of eight -ounce, non -woven polyester fleece, meeting ASTM D 4434. PropeM Test Procedure Overall Thickness w/o fleece ASTM D 751 Coating over scrim ASTM D 6878, Annex A Breaking Strength ASTM D 751, Grab Method Elongation at Reinforcement Break Method 25% Tearing Strength ASTM D 751 Brittleness Point ASTM D 2137 Ozone Resistance, no cracks ASTM D 1149 Properties after Heat Aging ASTM D 573 Retention of Breaking Strength ASTM D 751, Grab Method Retention of Elongation at Break Method >90% Retention of Tearing Strength ASTM D 751 Weight Change Linear Dimensional Change ASTM D 1204, 6 h @ 158° Water Absorption ASTM D 471 Phvsical Properties 0.060 in 0.025 in 390 lbf ASTM D 751, Grab 120 lbf Pass Pass >90% ASTM D 751, Grab >60% <1% <1% <3% Weather Resistance ASTM G 155, @7x magnification >20,160 kJ/m2 @7x magnification Puncture Resistance FTM 101C Method 2031 Dynamic Puncture Resistance MDASTM D 5635 Pass Dynamic Puncture Resistance CD ASTM D 5635 Pass Static Puncture Resistance ASTM D 5602 Pass 2.03 FLASHING MEMBRANE A. The flashing membrane shall be a white polyester reinforced flexible sheet, as supplied by the roof membrane manufacturer. 0XIIAi►C9.],u u :::�►i� A. The non -reinforced membrane shall have the following minimum properties, as supplied by the roof membrane manufacturer, or approved equal. 1.Description: Non -reinforced thermoplastic white membrane, thickness approximately 45 mils. 2.Use: Inside/outside corners, multiangled intersections, sealant pockets and other conditions where molding of the membrane is required. 2.05 CAULKS A. Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or exceed Federal Specification No. 1 TT-S-00230C, Type II, Class A, ASTM C 920. Where joint surfaces are contained or are contaminated with bituminous materials, provide manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), or approved equal. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 7 Unauthorized duplication prohibited. October 4, 2021 B. To seal the leading edge of the membrane, to bond membrane at terminations with metal, and for open seam repair, sealant shall be a thermosetting, solvent free, non -slump, self-fixturing, multipurpose structural sealant which shall meet the following physical and performance properties, M-1 as manufactured by Chem Link Inc., or approved equal. Properties Specific Gravity Viscosity 700 F. Shear Strength (ASTM D-1002) Elongation @ break (ASTM D-412) Hardness Shore A (ASTM C-661) Tack free time (ASTM C-679) Low temperature flex Slump (sag) (ASTM C-639) Shrinkage (ASTM D-2453) Service temperature 2.06 COLD APPLIED FIELD ADHESIVE 1.62 (13.5 lbs./gallon) 800,000 cps Brookfield RTV, TF spindle, 4 rpm 300 psi+ (7-day ambient cure) 300% (7-day ambient cure) 50 — 55 (14-day ambient cure) 35 minutes Minus 20° F: PASS Zero slump No measurable shrinkage (14 cay cure) -400 F to 200' F A. Shall have the following minimum properties: Property Characteristics Type Rubber, asphalt, resin dispersion; Water vehicle Color Dried Film Black Viscosity Approximately 18,000 cps. (Brookfield at 77' F) Heavy paint consistency -- readily pourable Solids, Wt. % Approximately 75% Application Procedure Brush, squeegee or roller Working Period Remains tacky permitting wet or dry combining over wide range of conditions. Application Limits (Temp.) Between 50 and 100' F. However apply at near mid - temperature range whenever possible. Service After Application Not affected by extremes in atmospheric conditions. Maintains good bond over range minus 20' F to plus 200' Excellent water and moisture resistance. Caution keep from freezing. Store above 40' F. Weight per Gallon Net Approximately 8.4 lbs. Container Sizes 5 gallon Primer Use When the product is used over cementitious surfaces, the surface must first be primed 24 hours before adhesive applications. The primer should be a solvent base asphalt cut back. The application rate is approximately 3/4 gallon per 100 square feet. 2.07 INSULATION A. All insulation shall be approved in writing by the membrane manufacturer as to thickness, type, and manufacturer. All insulation must be approved for the specific application, Underwriters Laboratory approved, and be listed in the FM Global Approval Guide. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 8 Unauthorized duplication prohibited. October 4, 2021 B. All insulation shall be in compliance with Section 07 22 16 Roof Board Insulation. 2.08 FASTENERS A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide and be as recommended by the fastener manufacturer for the specific application. [►�Il! : �]r•I�7Z►[f1_��701Df.`�►%�I��J:��r/:�.yal►[� A. Description: Adhesive is a bonding cement of synthetic rubber for fully adhering membranes to various substrates, produced by Ashland Chemical, or approved equal. Typical Liquid Properties (Room Temperature) Color Amber/Yellow Base Product Neoprene Solids 25% Specific Gravity .87 Pounds/Gallon 7.25 Viscosity (CPS) 2500 Solvents Ketone, Toluene, Aliphatic Hydrocarbon, Zylene Estimated Coverage 2 Sided Application DOT Label Required Code - 584661 55/70 sq. ft. (2/2.5 mils dry) Flammable Liquid B. Handling: Contains ingredients which could be harmful if mishandled. Contact with skin and eyes should be avoided and necessary protective equipment and clothing should be worn. 2.10 CANT STRIP A. Shall be treated solid wood where used for structural purposes at expansion joints meeting NRCA, FM Global and Underwriters Laboratory guidelines. If solid wood cant is used where insulation exists, cant is to be toe nailed into treated solid wood nailer the same height as insulation. f►.ift�d[�Z�J�7 A. All wood nailers, structural cants, curbs, and other miscellaneous rough carpentry shall be lumber as recommended by NRCA, Underwriters Laboratory guidelines, and Section 06 10 50 Miscellaneous Carpentry. 2.12 SEAM SEALER A. Special caulk compatible with thermoplastic membrane to seal exposed cut edges. 2.13 TRIM STRIP A. The trim strip shall have the following minimum properties. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 9 Unauthorized duplication prohibited. October 4, 2021 1. Six inch (6") wide non -reinforced 45 mil thermoplastic used for capping butted ends of rolls. 2. The trim strip is seamed with the use of hot-air welding. 2.14 CORNERS A. Inside and outside corners shall be supplied by the membrane manufacturer and shall be of the same base material as the roof membrane. 2.15 PIPE BANDS A. Stainless steel bands with self-locking heads. B. Tighten with hand tool for tension control and flush cut off. 2.16 PRE -MOLDED BOOTS A. Non -reinforced thermoplastic tapered molds for various pipes, heat welded to field membrane and sealed at top with stainless steel pipe bands and seam sealer. 2.17 PITCH PAN SEALANT A. Shall be as recommended by the roof membrane manufacturer issuing the warranty. 2.18 WALKWAY PAD A. Shall be as recommended by the roof membrane manufacturer issuing the warranty. 2.19 TERMINATION/PRESSURE BARS A. Aluminum strip shall be extruded channel bar with a mill finish, width one inch (1"), thickness 0.100" f .008", leg height one-fourth inch (1/4") top and bottom, leg angle ninety degrees (90°), for perimeter and curb anchorage, having predrilled holes six inches (6") on center, as manufactured by Olympic Fasteners, or approved equal. 2.20 SELF -ADHERING UNDERLAYMENT FOR TEMPORARY WATERPROOFING A. A premium heavyweight, minimum 60 mil, self -adhering underlayment, to use as an ice and water shield. 2.21 OVERNIGHT SEAL A. Hot applied asphalt bitumen shall be provided for the purpose of night sealing the roof system. 2.22 DELIVERY AND STORAGE A. All materials shall be delivered with appropriate carton and can labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 10 Unauthorized duplication prohibited. October 4, 2021 2.23 PRECAUTIONS A. Some of the indicated materials are extremely flammable and/or toxic. Use precautions indicated on can and carton labels. 2.24 MISCELLANEOUS MATERIALS A. Other materials shall be as specified or of the best grade for the proposed use as recommended by the manufacturer. PART 3 - EXECUTION 3.01 REFERENCE A. The manufacturer's Technical Specifications shall be considered a part of this specification and should be referred to for more specific application procedures and recommendations. B. Application of materials shall be in strict accordance with the manufacturer's recommendations except where more stringent requirements are shown or specified. In the instance of a conflict between these specifications and those of the manufacturer, the more stringent specifications shall take precedence. C. General Installation: 1. Protect adjacent areas with tarpaulin or other durable materials. 2. Contractor shall prevent overspray and be responsible for parking lot areas and/or adjoining areas not part of this contract. 3. Contractor shall be responsible for sealing, as required, all openings that may allow bitumen migration or drippage, i.e. pitch dams, envelopes, and filler strips. 4. Prepare surfaces according to manufacturer's or applicator's published instructions. All metal that is to receive bitumen, or come in contact with bitumen or adhesive, shall be first primed with appropriate primer. Any prefinished sheet steel that is to receive bitumen, or come in contact with bitumen or adhesive, shall be scored, scuffed or abraded prior to receiving primer. 5. Use cleaning materials or primers necessary to render an acceptable surface/substrate. 6. All surfaces/substrates shall be clean and dry prior to application of materials. 7. Prior to application of felts and membrane, all foreign matter, gravel, etc., shall be removed from the insulation and/or substrate. Gravel or debris between the insulation/substrate and plies is not acceptable. 8. Bitumen kettle shall have a visible thermometer and thermostatic control or some other means to provide positive monitoring of the bitumen temperature when it is heated in accordance with manufacturer's instructions. 9. Ambient temperature shall be 45' F and rising. 10. The maximum heating temperature of Type III asphalt shall be 500' F. 11. The temperature of Type III asphalt shall be approximately 430' F ± at the point of application or as recommended by the membrane manufacturer. 12. Maintain kettle and/or tanker temperature at least 25' F below the actual flash point of the bituminous materials used. 13. Never heat the bituminous materials at high temperatures for prolonged periods of time. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 11 Unauthorized duplication prohibited. October 4, 2021 14. Do not allow bituminous materials to stand in luggers for long periods. 15. Circulate bituminous materials. 16. Insulate hot transport lines if required. 17. Wrinkles, buckles, kinks, and fishmouths are not acceptable when laying membrane. 18. Where deteriorated base flashing is removed, primed cant strips shall be installed at the intersection of the deck and the vertical surfaces. All flashings shall be mechanically top -fastened with a termination bar a minimum of six inches (6") on center at the top leading edge and be a minimum of eight inches (8") in height from finished membrane. 19. Provide a water test of each roof section prior to substantial completion. The test should simulate rainfall of one inch (1") per hour minimum. 20. On slopes greater than one inch (I") in twelve inches (12"), refer to NRCA and/or manufacturer's guidelines for backnailing procedures and follow the more stringent guidelines for all specified materials. 3.02 SUBSTRATE PREPARATION A. All substrate preparation shall be in accordance with Section 07 59 10 Membrane Reroofing Preparation. 1.1 Installation of roof insulation shall be in accordance with Section 07 22 16 Roof Board Insulation. 1.2 Manufacturer's Instructions: In regard to attachment, the manufacturer's instructions or specifications shall determine the suitability for an application. Installation must meet ASCE criteria and meet local governing building codes. 1.3 Precautions: The surface of the insulation must not be ruptured due to overdriving of fasteners. 1.4 Insulation shall be tapered or feathered at drains and scuppers to provide proper drainage (if applicable). 1.5 No more insulation shall be installed than can be covered by the completed roof system by the end of the day or the onset of inclement weather. 3.04 NAILERS A. All nailers shall be installed in accordance with Section 06 10 50 Miscellaneous Carpentry. B. Wooden nailers shall be installed at gravel stops, drip edges, and expansion joints on outside perimeter of building according to NRCA, Underwriters Laboratory and IBC guidelines. C. All Construction: Nailers shall be the same height as the new recovery board being installed where required. Nailers shall be raised if necessary, by anchoring an additional nailer of appropriate height to the existing nailer if the existing nailer is not to be replaced. Nailers shall be anchored to resist a pull-out force of one hundred seventy-five pounds © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 12 Unauthorized duplication prohibited. October 4, 2021 (175#) per foot. Fasteners shall be no less than two (2) per nailer, and be spaced at three feet (3') on center maximum. Expansion joint trailers shall extend upward a minimum of eight inches (8") above finish roof height. 3.05 WOOD CANTS A. All wood cants shall be installed in accordance with Section 06 10 50 Miscellaneous Carpentry. B. Toe of cant shall be level with the surface to receive new roof membrane and in all cases anchored according to NRCA, Underwriters Laboratory and IBC guidelines. 3.06 APPLICATION OF FLEECE BACKED MEMBRANE A. Adhered Application: Adhere membrane to acceptable substrate with adhesive applied at the rate specified by the manufacturer. I. The roof surface must be clean, dry and free of foreign material. 2.Position sheets as indicated on approved shop drawings. 3.Fold one end of the roof membrane on top of itself until both ends meet. Apply adhesive to the prepared roof surface. The sheet can then be pulled and laid into the bonding material using care not to create any wrinkles. 4.Carefully push into place from fold line to overlap, avoiding wrinkles and air pockets. Roll or broom membrane flat. 5.Repeat procedure for other sheet half. 6.Lap seams shall be done by lapping the two inch (2") selvedge edge over the non -selvedge edge of the previous roll. The selvedge edge seam shall be made with the heat gun method. 7.Roll ends are butted together and capped with a six inch (6") wide trim strip. The trim strip is then seamed with the heat gun. 8.Seam sealer shall be applied to all non -factory edges. B. Lap Seaming Procedure: Overlap membrane for attachment method specified and hot-air welded with manufacturer's approved equipment. 1.All surfaces to be weld shall be clean, dry and free of foreign material. 2.All seams must then be checked with a needle probe and any voids repaired with the heat gun. 3.Caulk all exposed cut edges with seam sealer. 3.07 FLASHING A. Flash all penetrations, metal edge systems, walls, curbs, expansion joints, drains as shown on details and approved shop drawings with white reinforced flashing membrane. 1.Use prefabricated flashing accessories or components such as sealant pockets, premolded vent/pipe flashing. 2.Mechanically fasten flashing at terminations according to approved details. 3.Fastening membrane flashing through metal counterflashing is not acceptable. B. Any lumber or shimming required for attachment or to make material flashing flush or level with offsets and/or transitions shall be incorporated in the flashing specifications. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 13 Unauthorized duplication prohibited. October 4, 2021 3.08 BASE FLASHING (APPROXIMATELY 8" IN HEIGHT MINIMUM) A. Base flashings shall be installed using the flashing membrane, with length of run not to exceed twenty linear feet (20'). B. Wooden nailers or curbs shall be installed at all edges and openings in the roof, mechanically fastened to the deck. C. Cant strips shall be installed at the intersection of the deck and all vertical surfaces. D. The roofing field membrane shall extend up over and two inches (2") above the top of cant strips at all vertical intersections or out to the roofs edge. E. All existing substrates receiving flashing membrane shall be clean and primed with primer, prior to application as required. F. All flashings shall be mechanically fastened with a termination bar a maximum of six inches (6") on center, be a maximum of eight inches (8") above finished roof height, extend a minimum of four inches (4") onto the field of horizontal roof membrane, and not exceed twenty linear feet (20') of run in length. G. After proper termination of the base flashing at a minimum eight -inch (8") height (or maximum eighteen -inch (18") height), a saw cut reglet with counterflashing shall be installed according to NRCA and SMACNA guidelines. H. All vertical flashing lap seams of the flashing membrane shall be hot-air welded. I. All flashing membrane shall be adhered with flashing bonding adhesive to the vertical substrate and hot-air welded to the field of roof membrane; hot-air weld vertical laps. Flashing laps shall be minimum two-inch (2") width, no maximum. Hot-air weld of flashing lap shall be minimum two-inch (2") width, no maximum. K. Hot -Air Welding of Flashing Laps: 1. When using a hand-held hot-air welder, the seams should be pressed together using a hand-held roller. The speed and temperature settings of the welding equipment can be affected by the weather conditions at the site of application therefore, these parameters should be set by trial and error using two (2) pieces of the flashing membrane. Minimum width of hot-air weld two inches (2"), no maximum. 2.Lay the laps together and apply pressure to the welded seam to ensure full adhesion. 3.Allow the seams to set fully and probe the entire length for voids. Reseam voids immediately with a hot-air gun and roller. L. All hot-air welded seams/laps shall be tested daily with a probe for integrity, no variance. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 14 Unauthorized duplication prohibited. October 4, 2021 3.09 PERIMETER FASTENING A. Wood nailers are required for perimeter gravel stops or drip edges. Field membrane and all plies shall be mechanically fastened to nailer on twelve -inch (12") centers maximum. 3.10 EDGING FLASHINGS A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with published instructions to meet ES-1. 3.11 ROOF DRAINS A. Inspect and test drain and drain lines prior to start of work in contact area. Open if blocked or clogged and repair/replace all broken, missing drain components and lines as required. Verify in writing that all drains and lines are free flowing and watertight prior to substantial completion. Comply with local plumbing codes. B. Remove strainer and clamping ring. Repair (or replace if damaged) and reset. C. Insert Drains (If Required): Install new drain inserts with permanent gaskets between insert and drain wall to prevent backflow of water and leakage. D. Replacement Drains (If Required): Sized to match existing drain system. Install watertight to existing lines. Follow drain manufacturer's installation requirements. 3.12 WALKWAY PADS A. Fully adhere and heat weld walkway pads where shown on drawings or where required to provide protected pathways from rooftop access points to mechanical or other equipment requiring rooftop maintenance. 3.13 CLEANING A. Clean exposed surfaces of excess cement, adhesive, sealants, mortar and paint associated with the new work. B. Clean work area of excess roofing materials and installation debris daily. C. Repair or replace defaced or disfigured finishes caused by the work. A. After all membrane has been installed, it shall be cleaned with a cleaning agent compatible with the membrane to return the membrane to like new appearance. 3.15 PROTECTION A. Protect all building surfaces against damage from roofing work. B. Where traffic must continue over finished, installed roofing system, protect membrane, underlayment accessories and finishes from damage. © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 15 Unauthorized duplication prohibited. October 4, 2021 3.16 MEMBRANE PROTECTION A. Where equipment pads, wood sleepers, or walkway slabs are to be installed over the roofing membrane, an additional layer of the roofing membrane shall be installed between the roofing membrane and the pad, sleeper, or slab. Due caution shall be exercised to prevent roofing membrane damage during placement. Where required, membrane shall be welded to field membrane to prevent slippage. 3.17 PIPING/CONDUIT A. Piping/conduit shall be raised to NRCA recommended heights, and new supports furnished. Permanent supports shall be installed upon pads approved by membrane manufacturer. Coordinate work with Owner's representative. B. All gas lines, piping, and conduits shall be coated with industrial grade yellow paint. 3.18 OVERNIGHT SEAL A. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces and installation of new construction to ensure that no water leakage or damage occurs to structure or interior areas of existing building. B. Installation shall be performed according to accepted roofing practice as outlined in the NRCA Roofing Manual. END OF SECTION © 2021 Chapman Harvey Architects, Inc ADHERED THERMOPLASTIC POLYOLEFIN ROOF SYSTEM 075360 - 16 Unauthorized duplication prohibited. October 4, 2021 SECTION 076200 SHEET METAL AND MISC. ACCESSORIES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1.Provide flashing and sheet metal components for moisture protection. 2.Related accessories. 1.02 SUBMITTALS A. Product Data: I. Submit shop drawings, product data and mockups of all sheet metal. 1.03 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers in satisfactory use in similar service for five (5) years. Use experienced installers. Deliver, handle and store materials in accordance with manufacturer's instructions. B. Reference Standards: Applicable portions of ASCE, SMACNA, ASTM and NAAMM publications. 1911l!.%\ 7:7_Vllll i A. Manufacturer's Product Warranty: Submit manufacturer's standard limited product warranty signed by the manufacturer's authorized official, guaranteeing to correct failures in product which may occur during the warranty period, without reducing or otherwise limiting any other rights to correction which the Owner/Project Consultant may have under the contract documents. Failure is defined to include product failure which leads to interruption of a watertight installation. Correction may include repair or replacement of failed product. B. Contractor's Warranty Period: For roofing flashing and sheet metal, provide a written warranty which shall warrant work to be free of leaks and defects in materials and workmanship for two (2) years, starting from date of substantial completion. C. Defects of the sheet metal occurring during the warranty period shall be promptly corrected by the contractor, and defects of the roofing shall be promptly corrected by the manufacturer at no additional cost to the Owner. Upon notification from the Owner or the Owner's representative that evidence of a defect exists, the responsible party shall immediately inform the Owner's representative of the date on which corrective work will be scheduled and shall notify the Owner's representative when the corrective work has been completed. © 2021 Chapman Harvey Architects, Inc SHEET MEATAL AND MISC. ACCESSORIES 076200 - 1 Unauthorized duplication prohibited. October 4, 2021 PART 2-PRODUCTS 2.01 SHEET METAL MATERIAL A. Hot -dipped Galvanized Steel for use as counterflashing's (where not visible from the ground), pitch pans and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. B. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. C. Prefinished Galvanized Sheet Steel (where visible from the ground): Shall be 24-gauge flat stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use as new metal edge gravel guard, downspouts, gutters, coping and miscellaneous metal. Standard color to be selected by Owner/Project Consultant. D. Elvaloy® Cladded Metal: Shall be G-90 galvanized steel with 25 mil Elvaloy® membrane lamination; width shall be four feet; length shall be eight or ten feet. Standard color to be selected by Owner. E. Stainless Steel: QQ-S-766, Class 301, 302, 304, or 316; or ASTM A 167, Type 301, 302, 304, or 316; form and condition most suitable for the purpose. F. Aluminum and Aluminum Alloy Plate and Sheet: QQ-A-250; form, alloy, and temper shall be that most suitable for the purpose. G. Sheet Lead: QQ-L-201, Grade B. H. All existing sheet metal shall be replaced with new metal of like gauge and type, or as specified on drawings. 2.02 FASTENERS A. Fasteners shall be same metal as flashing/sheet metal, or other non -corrosive metal as recommended by sheet manufacturer for the specific application. Match finish of exposed heads with material being fastened. B. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide. C. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless -steel nail, one piece unit, flat head. D. Screws: Self -taping sheet metal type with neoprene washer, as appropriate. E. Pop Rivets: Full stainless -steel Series 42 or 44, as appropriate. F. Continuous Clip: Concealed hold-down clip type; of same materials as coping, gravel guard, sized to suit application. Use a continuous clip, minimum 20-gauge G-90 galvanized. © 2021 Chapman Harvey Architects, Inc SHEET METAL AND MISC. ACCESSORIES 076200 - 2 Unauthorized duplication prohibited. October 4, 2021 2.03 RELATED MATERIAL A. Bituminous Paint: Acid and alkali resistant, black color. B. Plastic Cement: FS SS-C-153, cutback asphalt type. C. Solder: QQ-S-571 composition best suited for purpose; use high tin content, minimum 60/40, for stainless steel and Monel alloy. D. Copper, Sheet, and Strip: QQ-C-576, ASTM B 370, light cold -rolled temper. E. Lead -coated Copper: ASTM B 101, Type I or II, Class A. F. Sealant (for Sheet Metal): One -component polyurethane, conforming to requirements of FS TT-S-230C, non -staining and non -bleeding. G. Miscellaneous Materials: 1.Downspout Boots: Cast iron by Neenah Foundry Company, orpre-approved equal, provide, and install. 2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection pads at all downspouts. Dimensions shall be a minimum eighteen inches wide by thirty-six inches long (18" x 36"). 3.Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, non -corrosive, size, and gauge required for performance. PART 3 - EXECUTION 3.01 INSPECTION A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant strips and reglets in place, substrates are smooth and clean and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed and secure. C. Beginning of installation means acceptance of conditions. 3.02 PREPARATION A. Field measure site conditions prior to fabricating work. Provide all shop drawings and mock-ups one month prior to installation to the Owner/Project Consultant for approval. B. Install starter and edge strips and cleats before starting installation. © 2021 Chapman Harvey Architects, Inc SHEET MFTAL AND MISC. ACCESSORIES 076200 - 3 Unauthorized duplication prohibited. October 4, 2021 3.03 FABRICATION - GENERAL A. Shop -fabricate work to greatest extent possible. Comply with details shown, and with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather -resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form work to fit substrates. Comply with material manufacturer's instructions and recommendations. Form exposed sheet metal work without excessive oil -canning, buckling, and tool marks, true to line and levels as indicated, with exposed edges folded back to form hems. B. Fabricate gravel stops/fascia, gutters/downspouts, counterflashing's, pitch pans, expansion joints, and copings with new galvanized sheet metal as specified. Fabricate gravel guard and fascia to size and dimensions as indicated on the drawings. Fabricate light metal coping, gutters and downspouts as indicated. C. Form sheet metal on bending brake. D. Shape, trim and hand seam metal on bench insofar as practicable. E. Form materials with straight lines, sharp angles and smooth curves. F. Fold back edges on concealed side of exposed edge to form hem (1/2" minimum). G. Weld or solder joints on parts that are to be permanently and rigidly assembled. H. Submit sheet metal models for approval by the Owner/Project Consultant. I. Limit single -piece lengths to ten feet (10'). J. Fabricate corner pieces with eighteen -inch (18") extensions, metered and sealed by forming as one piece. K. Surface sand flange prior to applying any primers on Kynar metal. L. Back paint flashing in contact with masonry or dissimilar materials with bituminous paint. M. All existing or missing metal rooftop projections shall be replaced. New rooftop projection details shall be as recommended in NRCA or SMACNA handbooks. All rooftop projections shall be cleaned, all joints sealed, and painted with a rust inhibitive paint. Standard color to be selected by the Owner/Project Consultant. N. All sheet metal shall be sealed and watertight. O. Metal work should be secured to prevent damage from buckling or wind. Where clips are shown, these are to be continuous. P. All metal to receive bitumen or adhesive shall be first primed with asphalt primer. © 2021 Chapman Harvey Architects, Inc SHEET MFTAL AND MISC. ACCESSORIES 076200 - 4 Unauthorized duplication prohibited. October 4, 2021 Q. All prefinished metal shall be sanded and/or abraded prior to receiving primer. R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges are to be seamed, form seams, and solder. S. Expansion Provisions: Form expansion joints of intermeshing hooked flanges, not less than one inch (1") deep, filled with mastic sealant (concealed within joints). T. Sealant Joints: Where movable, non -expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with industry standards. U. Separations: Provide for separation of metal from non -compatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. V. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. 3.04 INSTALLATION A. General: All sheet metal termination to vertical wall shall have a through -wall with receiver installed on masonry walls or prefabricated "Z" bar flashing pre -installed to fluid applied wall finished prior to installation of sheet metal termination. This applies to edge metal, base flashing closures and all vertical surface intersections. Refer to NRCA, SMACNA, and metal manufacturer's guidelines. B. Elvaloy® cladded metal shall be fabricated as needed; follow these specifications and standard sheet metal practice for attachment to roof details. C. Gravel Guard/Fascia: 1.Shall be installed with expansion joints, ten feet (10') on center, one-fourth inch (1/4") expansion leeway, with a cover plate. 2.Secure metal flashings per specifications. 3.Lock seams and end joints. 4.Form sections identical to profiles as shown or approved similar, to match existing building. 5.Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6.Hem exposed edges three -fourths inch (3/4") minimum. 7.Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8.Integrate flashing in a manner consistent with detailing. 9.Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. D. Coping: 1.Remove existing and replace with new metal coping as required for a permanent watertight installation. 2.All coping shall be manufactured with low profile standing seam metal to meet ES-1. © 2021 Chapman Harvey Architects, Inc SHEET MFTAL AND MISC. ACCESSORIES 076200 - 5 Unauthorized duplication prohibited. October 4, 2021 3. Shall be minimum 24-gauge prefinished Kynar installed in ten foot (10') sections maximum. 4.Vertical fascia shall extend minimum two and one-half inches (2-1/2") or be minimum one and one-half inches (1-1/2") below bottom of nailer, whichever is greater. 5.Secure metal flashings per specifications. 6.Lock seams and end joints. 7.Form sections identical to profiles as shown or approved similar, to match existing building. 8.17abricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 9.Hem exposed edges three -fourths inch (3/4") minimum. 10. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 11. Integrate flashing in a manner consistent with detailing. 12. Provide and install continuous clip, minimum 22-gauge. 13. Shall be fabricated in accordance with all SMACNA provisions. E. Expansion Joint Field and at Wall: I. Shall be as outlined by details, and be in full compliance with all provisions of SMACNA and FM Global requirements for attachment, installation and recommendations. 2.Secure metal flashings per specifications. 3.Lock seams and end joints. 4.Form sections identical to profiles as shown or approved similar, to match existing building. 5.Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6.Hem exposed edges three -fourths inch (3/4") minimum. 7.13ackpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8.Integrate flashing in a manner consistent with detailing. 9.Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. F. Counterflashing: 1.Remove existing and replace with new metal counterflashing as required for a permanent watertight installation. 2.Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing as detailed in SMACNA Figure 4-3E. G. Gutter and Downspout: LFabrication: a) Fabricate gutter and downspout of profile and size indicated. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. © 2021 Chapman Harvey Architects, Inc SHEET MFTAL AND MISC. ACCESSORIES 076200 - 6 Unauthorized duplication prohibited. October 4, 2021 2.Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support: Kynar. Color and Finish to match, as recommended by SMACNA. i) Downspout Supports: Straps, Kynar. Color and Finish to match. H. Overflow Scupper, Collector Head and Downspout: 1.Fabrication: a) Fabricate overflow scupper, collector head and downspout of profile and size indicated, taking care that the roof drain leader fits properly into the back of the collector head. Seal the pipe to the collector head for watertightness. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2.Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support: Kynar. Color and Finish to match, as recommended by SMACNA. i) Downspout Supports: Straps, Kynar. Color and Finish to match. I. Pitch Pans: 1.Install pitch pans of 24-gauge, G-90 galvanized steel with a 25 Mil Elvaloy® Kee membrane lamination according to NRCA standards, minimum of six inches by six inches (6" x 6"). 2.Pitch pans shall be fabricated to a minimum of six inches (6") above the finished roof membrane. The top vertical edge of the thermoplastic clad metal must be folded over to conceal the uncoated side of the metal inside the pitch pan. The pitch pan flange must be a minimum of three and one half inches (3.5") wide in contact with the horizontal roof plain or field of roof membrane. © 2021 Chapman Harvey Architects, Inc SHEET MFTAL AND MISC. ACCESSORIES 076200 - 7 Unauthorized duplication prohibited. October 4, 2021 3.Approved caulking or water block shall be applied under the pitch pan flange prior to securing the flange to the deck with approved fasteners a minimum of 4" on center. 4.All projections enclosed in pitch pans shall be cleaned in any manner suitable and coated with a rust inhibitive coating as approved by the Owner/Project Consultant. Coating shall be allowed to dry prior to pitch pan fill. 5.13ase of pitch pans shall be filled with grout or cementitious binder to proper height and allowed to cure. 6.Top finish fill shall be self -leveling, one -part urethane, with maximum fill to within three -eighths inch (3/8") of top of pitch pan sides. 7. Strip the thermoplastic clad metal flange of the pitch pan to the field membrane with one strip of flashing membrane. The flashing membrane must extend from the outer edge of the pitch pan flange onto the field membrane a minimum of three inches (3") and butt to the vertical sides of the pitch pan on all 4 sides. The flashing membrane shall be hot air welded to the thermoplastic clad metal pitch pan and to the field membrane. Hot air welds shall be a minimum of two inches (2") wide. 8.Install preformed outside corners by hot air welding in place at all four (4) corners of the pitch pan. 9.Apply seam sealer to the edges of the flashing membrane. Bonnets/Hoods: 1.Fabricate and install above all pitch pans, where necessary, or reinstall as applicable, metal bonnets over all pitch pans, NO EXCEPTIONS. 2.Bonnets/Hoods shall be manufactured with metal compatible with metal to which bonnet is to be attached. 3.On beams and other steel weld in place bonnets fabricated from one-fourth inch (1/4") steel plate. 4.Draw band bonnets fabricated from 22-gauge galvanized steel may be used on circular projections. 3.05 FINISH A. Backpaint concealed metal surfaces with bituminous paint where expected to be in contact with cementitious materials or dissimilar metals. Exposed surfaces to be provided with a factory applied fluorocarbon Kynar finish meeting ASTM A 446 and AAMA specification 605.2 for high performance coating. B. New 24-gauge hot -dipped galvanized metal shall be painted on all locations visible from the ground with an industrial grade paint to match existing, or standard color selected by Owner/Project Consultant. Galvanized metal surface must be properly prepared by removing all oil, grease, and/or protective mill coatings by solvent cleaning surface in accordance with SSPC-SP1, and according to paint manufacturer's recommendation, to ensure proper adhesion of paint to metal. END OF SECTION © 2021 Chapman Harvey Architects, Inc SHEET MFTAL AND MISC. ACCESSORIES 076200 - 8 Unauthorized duplication prohibited. October 4, 2021 SECTION 077200 ROOF ACCESSORIES PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Roof supports 2. Cast Iron Replacement Roof Dome for Roof Drains 1.03 SUBMITTALS A. Product Data: For each type of roof accessory indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show fabrication and installation details for roof accessories. Show layouts of roof accessories including plans and elevations. Indicate dimensions, weights, loadings, required clearances, method of field assembly, and components. Include plans, elevations, sections, details, and attachments to other work. C. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof -mounted items. Show the following: 1. Size and location of roof accessories specified in this Section. 2. Method of attaching roof accessories to roof or building structure. 3. Other roof -mounted items including mechanical and electrical equipment, ductwork, piping, and conduit. D. Samples: For each type of exposed factory -applied finish required and for each type of roof accessory indicated, prepared on Samples of size to adequately show color. E. Warranty: Special warranty specified in this Section. 1.04 QUALITY ASSURANCE A. Sheet Metal Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" details for fabrication of units, including flanges and cap flashing to coordinate with type of roofing indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Pack, handle, and ship roof accessories properly labeled in heavy-duty packaging to prevent damage. C 2021 Chapman Harvey Architects, Inc ROOF ACCESSORIES 077200 - 1 Unauthorized duplication prohibited. October 4, 2021 1.06 PROJECT CONDITIONS A. Field Measurements: Verify required openings for each type of roof accessory by field measurements before fabrication and indicate measurements on Shop Drawings. f�lytK�Z� ,A1 04El10to)01 A. Coordinate layout and installation of roof accessories with roofing membrane and base flashing interfacing and adjoining construction to provide a leakproof, weathertight, secure, and noncorrosive installation. 1. With Architect's approval, adjust location of roof accessories that would interrupt roof drainage routes and roof expansion joints. 1.08 WARRANTY A. The product manufacturer shall provide a one-year full system material warranty necessary to cover replacement of all components of the system against defects in manufacturing. The warranty will not include Acts of God, vandalism, neglect, metal finish or improper spacing of equipment, which would be a result of improper application. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers listed in other Part 2 articles. B. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers listed in other Part 2 articles. 2.02 ROOF PIPE SUPPORTS A. To support conduit or pipe sized up to 08" when height adjustment is needed use Model # SS1000A Adjustable Pipe Support. 17" circular base with 12 ga. framing channel, 18"L, attached to 17" circular base using'/2" threaded rods, 12"L, with washers and nuts. Height of channel can be adjusted along the length of the ''/2" threaded rods. Strut clamps are suggested to hold piping or conduit in place. 1. Manufacturers: a) Advanced Support Products, Inc. B. To support water or gas piping up to 08" or when a roller support with height adjustment is needed use Model # SS 1000RA Pipe Support with Adjustable Roller. 17" circular base with SBR heavy duty rubber roller assembly attached to 17" circular base using'/2" threaded rods, 12"L, with washers and nuts. Height of roller assembly can be adjusted along the length of the ''/2" threaded rods. 1. Manufacturers: a) Advanced Support Products, Inc. © 2021 Chapman Harvey Architects, Inc ROOF ACCESSORIES 077200 - 2 Unauthorized duplication prohibited. October 4, 2021 C. To support multiple pipe runs, piping up to 012" when height adjustment or pipe suspension is needed use Model # SS4000P, SS6000P or SS8000P Adjustable Support Bridge. SS4000P Adjustable Suport Bridge is made of four (4) 17" circular bases and 12ga. framing channel formed to make one "H" shaped support with crossbar. SS6000P Adjustable Suport Bridge is made of six (6) 17" circular bases and 12ga. framing channel formed to make two "H" shaped supports with crossbar. SS8000P Adjustable Suport Bridge is made of eight (8) 17" circular bases and 12ga. framing channel formed to make three "H" shaped supports with crossbar. Crossbar height is adjustable and offered in 18", 24", 36", and 48" lengths. Use Adjustable Support Bridge with strut clamps or roller accessories or use optional hanger supports to suspend water or gas piping at various heights. Optional hanger supports attached to support frame using'/2" threaded rods. Hangers offer complete height adjustments along the length of %2" threaded rods. 1. Manufacturers: a) Advanced Support Products, Inc. 2.03 CAST IRON REPLACEMENT ROOF DOME A. Product: Cast Iron Roofguard — cast iron replacement roof dome with a 19" diameter, horizontal slotted, free area drainage design. 1. Manufacturer: MIFAB a) Model RG2016DDC PART 3 — EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of work. 1. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored and is ready to receive roof accessories. 2. Verify dimensions of roof openings for roof accessories. 3. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Install roof accessories according to manufacturer's written instructions. Anchor roof accessories securely in place and capable of resisting forces specified. Use fasteners, separators, sealants, and other miscellaneous items as required for completing roof accessory installation. Install roof accessories to resist exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Install roof accessories to fit substrates and to result in watertight performance. C. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manufacturer. 1. Coat concealed side of uncoated aluminum roof accessories with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing exposed -to -view components of roof accessories directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet, or install a course of polyethylene underlayment. © 2021 Chapman Harvey Architects, Inc ROOF ACCESSORIES 077200 - 3 Unauthorized duplication prohibited. October 4, 2021 Bed flanges in thick coat of asphalt roofing cement where required by roof accessory manufacturers for waterproof performance. D. Install roof accessories level, plumb, true to line and elevation, and without warping, jogs in alignment, excessive oil canning, buckling, or tool marks. E. Pipe Support Installation: 1. Install support systems in accordance with manufacturer's instructions and approved shop drawings. 2. Accurately locate and align pre -fabricated pipe supports in locations specified as per approved shop drawings or as required herein and by site conditions to limit pipe and/or conduit deflection to L/240, not to exceed 10' (3m) on center. No Isolation pads are required under the 17" circular bases. 3. Should the roofing manufacturer require a separation sheet between the roof and the support system, place a separation sheet or protective pad conforming to the existing roof manufacturer's system under 17" circular bases. Do not adhere to the roof system or 17" circular bases. 4. If required, insert frame structures into 17" circular bases as indicated by manufacturer's instructions. 5. Adjust height of each strut or channel and hanger or roller to its required height and tighten with nut, but do not over -tighten. Check each support for equal weight disbursement. Correct if necessary. 6. Remove any unused materials and packaging from job site. F. Cast Iron Replacement Roof Drain Dome Installation: 1. Remove the existing roof drain dome. Remove the bolts from the membrane clamp ring one at a time and replace them with the provided hardware (MIFAB HS-18 or HS-19) ensuring to choose the right bolt size for your application. 2. Assemble the threaded rods into the body. Add the washer and nut onto the threaded rod, securing the membrane clamp ring to the body. Add another nut and washer to the threaded rod, one inch above the membrane clamp ring (adjusting nut). 3.Repeat this process until all bolts on the membrane clamp ring have been removed and replaced. 4. Place the RoofGuard over the drain body. Turn it until the slots in the top of the RoofGuard align with the threaded rods. 5. The RoofGuard needs to be 1 /8" off of the roofing membrane. Use the adjusting nuts if necessary to attain this. 6. Add a washer and nut to the top of all of the threaded rods in order to secure the dome. Cut the excess thread off of the threaded rods. M. Seal joints with elastomeric sealant as required by manufacturer of roof accessories. 3.03 TOUCH UP A. Touch up factory -primed surfaces with compatible paint. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. © 2021 Chapman Harvey Architects, Inc ROOF ACCESSORIES 077200 - 4 Unauthorized duplication prohibited. October 4, 2021 3.04 CLEANING A. Clean exposed surfaces according to manufacturer's written instructions. END OF SECTION C 2021 Chapman Harvey Architects, Inc ROOF ACCESSORIES 077200 - 5 Unauthorized duplication prohibited. October 4, 2021 SECTION 151500 DSANITARY WASTE AND VENT SPECIALTIES PART I - GENERAL 1.01 SECTION INCLUDES A. Plumbing vent pipe extension fittings. 1.02 RELATED SECTIONS A. Division 07 Section "Preparation for Reroofing' for general requirements for preparation for building reroofing including coordination of related plumbing and mechanical work. B. Division 22 Section "Sanitary Waste and Vent Piping" for general requirements for waste and vent piping. 1.03 REFERENCES A. ASTM International (ASTM): I. ASTM C 920 Specification for Elastomeric Joint Sealants. 2. ASTM D 2564 Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping Systems. 3. ASTM D 2665 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Drain, Waste and Vent Pipe and Fittings. 4. ASTM F 656 Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings B. International Association of Plumbing and Mechanical Officials (IAPMO): I. Universal Plumbing Code (cUPC US and Canada) approvals. C. National Roofing Contractors Association (NRCA): I. NRCA Roofing Manual, Latest Edition. D. NSF International (NSF): I. NSF/ANSI 14 — Plastics Piping Systems Components and Related Materials. 1.04 ACTION SUBMITTALS A. Product Data: For plumbing vent pipe extensions, indicating mounting and securing requirements and extended heights required. © 2021 auth Chapman Harvey prohibited. SANITARY WASTE AND VENT SPECIALTIES 151500 - 1 Unauthorized duplication prohibited. October 4, 2021 B. Shop Drawings: Submit annotated copy of roof plan indicating locations of plumbing vents requiring pipe extensions, based upon Contractor's field verification of existing conditions and requirements of applicable of plumbing code. I. Indicate details of completed roofing flashing configuration for all locations. Include reference to applicable NRCA plate number. 1.05 INFORMATION SUBMITTALS A. Manufacturer's Certificate: On roofing membrane manufacturer's letterhead, accepting use of proposed sealant in contact with roofing membrane. 1.06 QUALITY ASSURANCE A. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. B. Comply with flashing requirements shown in NRCA Roofing Manual. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Basis -of -Design Product: Subject to compliance with requirements, provide sanitary vent pipe extensions manufactured by Tubos, Inc., Clearwater, FL; Phone (727) 504-0633, infoCcbtubos.biz. 2.02 MATERIALS A. Solid -Wall PVC Pipe: ASTM D 2665, drain, waste and vent. B. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer. 2.03 PLUMBING VENT PIPE EXTENSION A. Roof Vent Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field -determined height. © 2021 auth Chapman Harvey prohibited. SANITARY WASTE AND VENT SPECIALTIES 151500 - 2 Unauthorized duplication prohibited. October 4, 2021 PART 3 - EXECUTION 3.01 EXAMINATION A. Examine each pluming vent piping location to determine required plumbing vent pipe extensions based upon minimum finished height requirements and measured existing conditions. Indicate plumbing vent pipe extensions on shop drawings. I . Examine existing plumbing vent piping conditions and determine whether flashing reuse is acceptable or whether replacement of flashing is required. Indicate flashing replacement locations on shop drawings. 3.02 PREPARATION A. Remove existing flashing from plumbing vent piping to extent required to enable installation of new plumbing vent pipe extensions and completion of flashings. B. Clean plumbing vent piping to ensure that joint surfaces are clean, dry and free from contamination including dirt, oils, grease, tar, wax, rust and other substances that my inhibit adhesive or sealant performance. 3.03 INSTALLATION OF PLUMBING VENT PIPE EXTENSIONS A. Insert end of plumbing vent pipe extension into existing plumbing vent piping. I . Verify circumference of existing plumbing vent piping and plumbing vent pipe extension are appropriate to achieve secure, rigid installation. 2. Mark plumbing vent pipe extension at required height above finished roof surface level, and cut to required length. 3. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe material and plumbing vent pipe extension, and mate plumbing vent pipe extension to existing piping. Apply adequate adhesive or sealant to achieve secure, rigid installation. B. Flashing: Comply with primary roofing material manufacturer's published recommendations for installation of approved pipe flashings. Match existing flashing material unless otherwise directed. 3.04 CLEANING AND PROTECTION A. Repair or replace defective work, include loose plumbing vent extensions, or unsecured flashings or flashings that are not weathertight. END OF SECTION © 2021 auth Chapman Harvey prohibited. SANITARY WASTE AND VENT SPECIALTIES 151500 - 3 Unauthorized duplication prohibited. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page Intentionally Left Blank