HomeMy WebLinkAboutResolution - 2016-R0139 - Tecta America-CS, LLC - 04/28/2016 (3)Resolution No.2016-RO139
Item No.6.16
April 28,2016
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 directedto execute
for and on behalf of the City of Lubbock,Contract No. 12636from RFP 16-12636-JM for the
replacement and weatherproofing oftheroofofthe Silent Wings Museum,by and between the
City of Lubbock and Tecta America-CS,LLC,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 includedin the minutes of the CityCouncil.
Passed by the City Council on April 28.2016
DANIEL M.POPE,MAYOR
ATTEST:
jdLe^c^*.
Rebecca Garza,City Secret
APPROVED AS TO CONTENT:
Mark xearwood,AssistAssistant City Manager
APPROVED AS TO FORM:
'M-
Justin Prufltt,Assistant City Attorney
ccdocs/RES.Contract 12636 -Tecta America-CS.LLC - Silent Wings Museum Roof Replacement
January 29,2016
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loll
Complete Nos. 1- 4 and 6 it 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:
2016-49542
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Tecta America -CS, LLC
Lubbock, TX United States
Date Filed:
05/04/2016
2 Name of governmental entity or state agency that is a party to the contract for which the for is
being Tiled.
City of Lubbock
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.
12636
Roofing and sheet metal
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest (check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party.
0
6
AFFID 1 I swear, or affirm, under penally of perjury, that the above disclosure is true and correct.
EMS
* JOB:of
Nic
« ' StasID 6.3My Com.20.2020
SignaturY of authorized agent of contracting business entity
AFFIX NOTARY STAMP I SEAL ABOVE `� ( ,y,..•{ /�j
Sworn to and subscribed before me, by the said �R 1�' tJ 1 , this the r day of - r,
20_ZZ_, to certify which, witness my hand and seal of office.
Sig ature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loft
Complete Nos. 1 - 4 and 6 if there are interested parties.
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2016-49542
Date Filed:
05/04/2016
Date Acknowledged:
05/05/2016
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Tecta America -CS, LLC
Lubbock, TX United States
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
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.
12636
Roofing and sheet metal
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest (check applicable)
Controlling
Intermediary
5 Check only if there is NO Interested Party.
71
X
6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said , this the day of
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021
BOND CHECK
BEST RATING:
LICENSED IN TEXAS
DATE: BY:
CONTRACT AWARD DATE: April 28, 2016
CITY OF LUBBOCK
SPECIFICATIONS FOR
Silent Wings Museum Roof Replacement and Waterproofing
RFP 16-12636-JM
Contract 12636
Project Number: 92359.8302.30000
Plans & Specifications may be obtained from
www.bidsync.com
zUt(3 — iZU139
CITY OF LUBBOCK
Lubbock, Texas
ADDENDUM(S)
I
City of
bbo&k
TEXAS
ADDENDUM 1
Engineer's Addendum No. 1
RFP 16-12636-JM
Silent Wings Museum Roof Replacement and
Weatherproofing
DATE ISSUED: January 22, 2016
CLOSE DATE: January 27, 2016 3:00 P.M. CST
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
4 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.
Engineer's Addendum No. 1: Modifications to the Proiect Specifications
1. Per Engineer's Addendum No. 1, Project Specifications have been revised and are attached
to this addendum.
All requests for additional information or clarification must be submitted in writing and directed to:
Juan Mendez, Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMendezOmylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
A(" W&
CITY OF LUBBOCK
Juan Mendez
Buyer
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 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.
DOCUMENT 00910 - ADDENDUM ONE
ROOF REPLACEMENT
SILENT WINGS MUSEUM
CITY OF LUBBOCK
LUBBOCK, TEXAS
ARMKO INDUSTRIES, INC.
LUBBOCK, TEXAS
PROJECT #20151109-48
Issue to: All registered plan holders
A. NOTICE TO BIDDER:
z z /1(,
Armko Industries, Inc.
Texas Registered Engineering Finn
F-00649s
Addendum Date: Friday, January 22, 2016
1. This addendum is issued pursuant to the Conditions of the Contract and is hereby made part of the
Contract Documents. The addendum serves to clarify, revise, and supersede information in the
Project Manual, the Drawings, and previously issued Addenda.
2. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form.
3. Revision:
a) Section 01100-1 General Requirements, Part I — Paragraph 1.01, Description of Work,
Subparagraph B. l., shall be deleted and replaced to read as following: ROOF SECTIONS - B,
C, D, F, G, I, J1, J2, and J3: Work shall include removal of existing roof membrane and
insulation down to substrate. Remove and replace any damaged or deteriorated decking
according to the unit price as specified. Install new miscellaneous carpentry to create perimeter
details as specified. Mechanically fasten specified base sheet per ASCE 7 criteria, fully adhere
specified one and one-half inch (1-1/2") base layer and fully adhere tapered insulation and
associated one-half inch (1/2") substrate board as specified. Fully adhere SBS modified base
ply and 80-mil fleeceback TPO membrane as specified. Provide a twenty (20) year NDL
manufacturer's warranty and a two (2) year contractor's warranty. Work shall also include all
HVAC and electrical, piping disconnect and reconnection. Installation shall be as per NRCA,
SMACNA, ANSI/SPRI, specifications, details, and manufacturer's guidelines.
DOCUMENT 00910 - ADDENDUM 00910-1 t
ROOF REPLACEMENT PROJECT — SILENT WINGS MUSEUM
CITY OF LUBBOCK, LUBBOCK, TEXAS
b) Section 01100-1 General Requirements, Part I — Paragraph 1.01, Description of Work,
Subparagraph B. 3., shall be deleted and replaced to read as following: OLD FLIGHT TOWER
AND TOP STORY OF OLD CAFETERIA: Work shall include removal of existing sealant at
masonry to metal, masonry to masonry, metal to metal and glass to metal joints around
windows and penetrations on exterior wall elevations as described in the project specifications.
Contractor shall replace all broken glass to snatch existing grade of glass and install all specified
sealant and required accessories as per the project specifications. Contractor will also install
new window treatment film equal to GEO 30% nano -ceramic titanium film with the follow
Visible Light Transmission — 32%, Glare reduction — 64%, Ultraviolet (UV) Reduction — 99%,
Infrared (IR) Reduction — 81 % and Heat Reduction — 61 %. Contractor shall provide Owner
with a five (5) year labor and materials warranty and a five (5) year manufacturer's material
warranty.
c) Section 07215-3, Roof and Deck Insulation, Part 2 — Products, Paragraph 2.01 Insulation, Sub-
paragraph C, reference to insulation shall be of thickness required for one-fourth inch (1/4")
slope per foot to roof drains shall be deleted and replaced to read insulation shall be of thickness
required for one -eighth inch (1/8") slope per foot to roof drains.
d) Section 07536-7, Fully Adhered TPO Single -Ply Roof System, Part 2 — Products, Paragraph
2.02 TPO Roofing Membrane, Sub -paragraph A, reference to ASTM D 4434 shall be deleted
and replaced to read ASTM D 6878.
END OF ADDENDUM ONE
DOCUMENT 00910 - ADDENDUM 00910 - 2
TEXAS
ADDENDUM 2
Engineer's Addendum No. 2
RFP 16-12636-JM
Silent Wings Museum Roof Replacement and
Weatherproofing
DATE ISSUED: January 25, 2016
CLOSE DATE: January 27, 2016 3:00 P.M. CST
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.
Engineer's Addendum No. 2: Clarifications/Modifications to the Protect Manual and Drawings
1. Per Engineer's Addendum No. 2, Project Manual and Drawings have been revised and are
attached to this addendum.
a. Section H of the Silent Wings Museum shall be included in the contractor's bid
for this project.
All requests for additional information or clarification must be submitted in writing and directed to:
Juan Mendez, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMendezowtnylubbock.us
Questions are preferred to be posted on BidSync: www.bidsyne.com
THANK YOU,
fib" W&4dq
CITY OF LUBBOCK
Juan Mendez
Buyer
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
resoonsibility 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.
ROOF REPLACEMENT PROJECT — SILENT WINGS MUSEUM
4 CITY OF LUBBOCK, LUBBOCK, TEXAS
DOCUMENT 00910 - ADDENDUM TWO
ROOF REPLACEMENT
SILENT WINGS MUSEUM
CITY OF LUBBOCK
LUBBOCK, TEXAS
ARMKO INDUSTRIES, INC.
LUBBOCK, TEXAS
PROJECT #20151109-48
Issue to: All registered plan holders
A. NOTICE TO BIDDER:
`F Tfi9s,1
fi
JORDAN CAA j
.................:..a.... /
rt -o 115588 i
lICENSti9 . W
kk;SIONAI.
An ko Industries, Inc.
Texas Registered Engineering Firm
F-006498
Addendum Date: Monday, January 25, 2016
1. This addendum is issued pursuant to the Conditions of the Contract and is hereby made part of the
Contract Documents. The addendum serves to clarify, revise, and supersede information in the
Project Manual, the Drawings, and previously issued Addenda.
} 2. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form.
3. Clarification
-= 1. Section H of the Silent Wings Museum shall be included in the contractor's bid for this project.
M ramej1 .I�.I_-1p1UTy VX1]
DOCUMENT 00910 - ADDENDUM 00910 - 2
Page Intentionally Left Blank
I
t A
t
W UY- OT'LUOOOCK
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 16 2636-. M
t3la ht1-N 16-12636-JM'
Before submitting your bid, please ensure you have completed and included the following documents in the
a, order they are listed. The contractor is only to submit (1) one original copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time
stated and fot- the prices stated. Include corporate seal and Secretary's signature. Identify
addenda received (if any). Include frrm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number.
2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejectioty of your hid.
3. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT,
This must include the signature of the agent or broker. Contractor's signature must be original.
4. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. V Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late, bids will not be� accepted.
6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
/ explained in detail and submitted with Bid.
7. ✓ Complete and sign: the- SUSPENSION AND DEBARMENT CERTIFICATIONT- Include frrm's
/ FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
8. y Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
9. � Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED:
10. Please acknowledge and submit the ONLLNTE DISCLOSURE OF INTERESTED PARTIES
FORM 1295 within the specified time according to Texas Government Code 2252.908 using the
Texas Ethics Commission website.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING
DEEMED NON-RESPONSIiVE AND, 'THEREFORE, NOT FURTHER EVALUATED. PLEASE
INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
Tecta America -CS, LLC
(Type or Print Company Name)
1/8/2016 3:56 PM P. 5
Page Intentionally Left Blank
H,
if
t
C
1.
2.
3.
4.
_ 5.
6.
7.
8.
9.
10.
�5
11.
12.
13.
{
-� 14.
15.
[(j
t...i
q�
[4
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. LUMP SUM PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
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
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
DISCLOSURE OF INTERESTED PARTIES FORM CHAPTER 46
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS-BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
NOTICE TO OFFERORS
RFP 16-12636-JM
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 pm on January 27, 2016, or as changed
by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for
the construction of the following described project:
Silent Wings Museum Roof Replacement and Waterproofing
After the expiration of the time and date above first written, said sealed proposals will be opened in the
Purchasing Conference Room 204 of City Hall and publicly read aloud. It is the sole responsibility of the
proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract
Management for the City of Lubbock, Room 204, 1625 1 P Street, Lubbock, TX, 79401, before the expiration
of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 3:00 pm on January 27, 2016, and the City of Lubbock City Council will consider
the proposals on February 25, 2016, at the City Hall, 1625 13th Street, 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 proposer 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 proposer 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 bond must be in a form accepted by the City Attorney and must be dated the same as the Contract
Award date.
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 proposer 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 PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL.
It shall be each proposer'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. There
will be a non -mandatory pre -proposal meeting on Tuesday, January 19, 2016 at 10:00 am, at City Hall, 1625
13th Street, Purchasing Conference Room 204, Lubbock, Texas, 79401.
t4:
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the
}
office of the Director of Purchasing and Contract Management 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.
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.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal closings are available to all persons regardless of disability. If you require
special assistance, please contact the Director of Purchasing and Contract Management Office at (806) 775-
2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta .ACvar2Z
Marta Alvarez
DIRECTOR OF PURCHASING
AND CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
}
request of the proposer, 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 Director. Such addenda issued by the
Director of Purchasing and Contract Management Office will be available over the
Internet at http://www.bidsync.com 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 Director of Purchasing and Contract Management
Office no later than five (5) calendar days before the proposal closing date.
3.3 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 Director of Purchasing and
Contract Management Office in writing or in this RFP should be used in preparing
proposal responses. All contacts that a proposer 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.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize f
itself with all requirements before submitting a proposal to ensure that their proposal i
meets the intent of these specifications.
4.2 Before submitting a proposal, each proposer 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 proposer from obligation to
comply, in every detail, with all provisions and requirements of the Request for
Proposals.
4.3 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 proposer 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 proposer 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 closing of proposals.
2
5 PROPOSAL PREPARATION COSTS
5.1 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.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for
any services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the
proposer.
6 TRADE_ SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 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.
6.2 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)
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance
with the Texas Open Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that
the proposer is or may be required to pay.
S UTILIZATION OF LOCAL BUSINESS RESOURCES
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.
9 CONFLICT OF INTEREST
9.1 The proposer 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.
9.2 By signing and executing this proposal, the proposer 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.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents
described in the General Conditions.
10.2 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.
v
3
11
12
13
14
15
PLANS FOR USE BY OFFERORS
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.
PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 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 Director of
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.
12.2 NO PROPOSER 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:
City of Lubbock
Juan Mendez, Buyer
1625 131h Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: JMendez@mylubbock.us
Bidsync: www.bidsvnc.com
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be completed within 90
CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed
issued by the City of Lubbock to the successful proposer.
13.2 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.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the
Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the -'
4
i i
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.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality
and grade will be furnished. The fact that the specifications may fail to be sufficiently complete
in some detail will not relieve the Contractor of full responsibility for providing materials of high
quality and for protecting them adequately until incorporated into the project. The presence or
absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set
forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 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).
17.2 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.
17.3 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
i 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.
17.4 The warranties contained herein are separate and discrete from any other warranties
specified in this Contract, and are not subject to an disclaimer of warrant implied or
J Y Y� p
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.
18 PLANS FOR THE CONTRACTOR
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
19
NX
21
22
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or j
others, as required for proper prosecution of the work contemplated by the Contractor.
PROTECTION OF THE WORK
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 a proposer the following information:
(a) The experience record of the proposer 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 proposer.
(c) Equipment schedule.
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. UJI
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. rill
PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract
documents in such a way as to exercise due care to locate and prevent damage to all underground
pipelines, utility lines, conduits or other underground structures which might or could be
damaged by Contractor during the construction of the project contemplated by these contract
documents. The City of Lubbock agrees that it will furnish Contractor the location of all such
underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures,
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.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and
danger signals, and shall take such other precautionary measures for the protection of persons,
property and the work as may be necessary. The Contractor will be held responsible for all
damage to the work due to failure of barricades, signs, and lights to protect it, and when damage
is incurred, the damaged portion shall be immediately removed and 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.
f,
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
The successful proposer shall be required to have a responsible local representative available at
all times while the work is in progress under this contract. The successful proposer 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 proposer 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 proposer' 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 proposer'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
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
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 proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 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. A bid that has been opened may not be bidder
shall submit his bid on forms furnished by the City, and all blank spaces in the changed for
the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name Tecta American -CS LLS
29.3.2 Proposal for RFP 16-12636-JM Silent Wings Museum Roof Replacement and
Waterproofing
29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for
closing of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 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 CLOSING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and
include the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(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 proposer for his inspection in accordance with the
Notice to Offerors.
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
The proposer 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 proposer may
also be required to give a past history and references in order to satisfy the City of Lubbock
about the proposer's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the proposer to perform the work and
p p Y p p
-. the proposer shall furnish to the City of Lubbock all information for this purpose that may be
requested. The proposer's proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the
City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract
9
f
experience with the contractor. The "Contractor's Statement of Qualifications" is a
minimum, and you may provide additional pertinent information relevant to the project
for which you are submitting this proposal.
32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of
five points allowable. Each evaluator assigns points based upon the responses you
provide in your "Safety Record Questionnaire" and the Contractors Experience
Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with
an Experience Modification Ratio greater than 1 will receive zero points for safety.
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 as well as the Experience Modification Ratio.
32.4 5% 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 multiplied by the weight of the
construction time factor for the construction time score. For example: (Lowest
construction time/Current Proposal construction time) x Maximum Point Value x Weight
Factor = Construction Time Score
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal.
The committee meets, during which time the Committee Chairperson totals the individual
scores. If the individual scores are similar, the Chairperson averages the scores then ranks
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. Please note that offerors with
higher qualifications scores could be ranked higher than offerors with slightly better price
scores.
The estimated budget for the construction phase of this project is $450,000.
Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 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.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR
11
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.
33.3 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.
33.4 In 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.
33.5 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. "
34 ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, 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.
34.2 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.
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.
12
-,
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. F"
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas
pursuant to and in accordance with the Texas Government Code, Section 2258.022.
Proposers shall use the Davis Bacon wages rates attached herein for Lubbock County:
http: //www.wdol.-ov/dba. aspx
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from
the web site for the type of work defined in the bid specifications. t
35.5 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.
u__
13
TEXAS GOVERNMENT CODE 4 2269
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 -tune 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
3 the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
I
I
Page Intentionally Left Blank 11
11
I
aw rcrr -ro-lZ03b-JM
l
PROPOSAL SUBMITTAL FORM
LUMP SUM PRICE PROPOSAL CONTRACT
DATE: January 27, 2016
PROJECT NUMBER: RFP 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
Proposal of Tecta America -CS, LLC
(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 Silent Wings Museum Roof Replacement
and Waterproofing, 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 below.
The price to cover all expenses incurred in performing the work required under the contract documents.
BASE PROPOSAL
ITEM
NO.
DESCRIPTION
UNIT
LABOR
MATERIALS
EXTENDED
COST
ROOF SECTIONS - B, C, D, F, G, I, J1, J2, & J3: Work
shall include removal of existing roof membrane and
insulation down to substrate. Remove and replace any
damaged or deteriorated decking according to the unit
price as specified. Install new miscellaneous carpentry to
create perimeter details as specified. Mechanically fasten
specified base sheet per ASCE 7 criteria, fully adhere
1
tapered insulation and associated %2" substrate board as
specified. Fully adhere SBS modified base ply and 80-
LS
$ 154,680.00
$ 232,020.00
$ 386, 700.00
mil fleeceback TPO membrane as specified. Provide a
twenty (20) year NDL manufacturer's warranty and a two
(2) year contractor's warranty. Work shall also include all
HVAC and electrical, piping disconnect and
reconnection. Installation shall be as per NRCA,
SMACNA, ANSUSPRI, specifications, details and
manufacturer's guidelines,
ROOF SECTIONS — A, & E: Work shall include
removal of existing roof membrane and insulation down
to substrate. Remove and replace any damaged or
deteriorated decking according to the unit price as
2
specified. Install new miscellaneous carpentry to create
LS
$ 13,560.00
$ 20,340.00
$ 33,900.00
perimeter details as specified. Mechanically fasten
specified 1.5" base layer of insulation per ASCE 7
criteria, fully adhere tapered insulation and associated '/2"
substrate board as specified. Fully adhere SBS modified
/8/2016 3:56 PM p. 32
City of Lubbock Bid RFP 16-12636-JU
ITEM
DESCRIPTION
UNIT
LABOR
MATERIALS
EXTEONDED
base ply and 80-mil ffeeeeback TPO membrane as
specified. Provide a twenty (20) year NDL
manufacturer's warranty and a two (2) year contractor's
warranty. Work shall also include all HVAC and
` electrical, piping disconnect and reconnection.
Installation shall be as per NRCA, SMACNA,
ANSI/SPRI, specifications, details and manufacturer's
uidelincs.
LTOTAL BASE PROPOSAL (Items 1— 2)
$ 420,600.00 —
ADDITIONAL LUMP SUM OPTION
ITEM
NO.
DESCRIPTION
UNIT
LABOR
MATERIALS
I EXTENDED
COST
LOWER LEVEL OF OLD FLIGHT TOWER AND TOP
STORY OF OLD CAFETERIA: Work shall include
removal of existing sealant at masonry to metal, metal to
metal and glass to metal joints around windows and
I
penetrations on exterior wall elevations as described in
LS
$ 22,250.00
$ 52,750.00
3:75;808 W
the project specifications. Contractor shall install all
specified sealant and required accessories as per the
$ 6 6 , 4 0 0
project specifications. Contractor shall provide Owner
with a five (5) year labor and materials warranty and a
I
five 5 ear manufacturer's material warranty.
$487,000
ADDITIONAL UNIT PRICE OPTIONS
ITEM
DESCRIPTION
UNIT
QUANTITY
COST PER
EXTENDED
NO
UNIT
COST
I
Remove and replace damaged fight -weight concrete
Square
1
$ 30.00
$ 30.00
decking
Ft.
2
Remove and replace damaged metal decking
Square
I
S 15.00
S 15.00
3
Remove and replace deteriorated nailers
Board
l
S 10.00
S 10.00 I
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONTRUCTION TIME for completion:
The proposed number of consecutive calendar days to completion: 70 _ Days
Offeror's Initials
IIWO16 3.56 PM p• 33
�Ity V1 LuUuuun bla KFN 16-12636-JM
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 complete the project within 90 CONSECUTIVE CALENDAR DAYS thereafter as
stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated
damages the sum of $250 for each consecutive calendar day in excess of the time set forth herein above for completion of
this project, all as more fully set forth in the general conditions of the contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in
the proposing.
The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to
commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he
has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
Offeror's Initials
E_
/8/2016 3:56 PM
p. 34
City of Lubbock
Bid RFP 16-12636-JM
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of 5% total bid price Dollars
($ ), 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.
(Sea] if Offeror is a Corporation)
AT EST: �n
alkl�
Ct
Se retary
Offeror acknowledges receipt of the following addenda:
Addenda No. 1
Addenda No. 2
Addenda No. _
Addenda No.
fM/WBE Firm:
Date 1/22/16
Date 1/25/16
Date
Date
Date: January 27, 2016
Alrized Signature
Jason Weems
(Printed or Typed Name)
Tecta America -CS LLC
Company
5401 Acuff Road
Address
Lubbock Lubbock
City,
County
TX
79403
State
Zip Code
Telephone: 806
- 747-8400
Fax: 806 -
747-8800
Email: jweems@tectaamerica.com
FEDERAL TAX ID or SOCIAL SECURITY No.
84-1505685
Woman I I Black American Native American
Hispanic American I . Asian Pacific American Other (Snecifv)
I
_J
1/8/2016 3:56 PM p 35
17
Bid Bond
CONTRACTOR:
( wne, legcd stains rntd addr e 0
Tecta America CS LLC
5401 Acuff Road
Lubbock, TX 79403
OWNER:
(Maute, legal status and address)
City of Lubbock
PO Box 2000
Lubbock, TX 79457
BOND AMOUNT: $ 5%
Document A310 TM - 2010
Conforms with The American Institute of Architects AIA Document 310
SURETY:
(Mate, legal staler mrd ptiucfpcd place c f Inaine.g)
Westchester Fire Insurance Company
436 Walnut Street, P. O. Box 1000
Philadelphia, PA 19106
Mailing Address for Notices
436 Walnut Street, P. O. Box 1000
Philadelphia, PA 19106
Five Percent of Amount Bid
PROJECT:
(,''ante. location oraddre= attdl-rojectmunber, ifatlt%
Silent Wings Museum Roof Replacement and Weatherproofing - RFP 16-12636-JM
This document has important
legal consequences. Consultation
with an attorney is encouraged
with respect to its completion or
modirncation.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Surety arc bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond arc such that if the Owner accepts the bid of the Contractor within the tine specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with tlic Owner in accordance with
the terns of such bid, and gives such bond or bonds as ntay be specified in the bidding or Contract documents, with a surety admitted in
the jurisdiction of the Projcct and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt
payment of labor and material fumished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of
this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another
party to perlomi the %work cowered by said hid, then this obligation shall be null and void, otherwise to remain in lull force and ellect. The
Surety hereby waives any notice ol'an agreement betiveen the Owner and Contractor to extend the time in which the Ownermay accept the
bid. Waiver of ntice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance ol'bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent liar an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the temt Contractor in this Bond shall be dccmed to be
Subcontractor and the terns Owner shall be dccmed to be Contractor.
When this Bond has been liirnished to comply %rith u statutory or other legal requirement in the location of the project; any provision in
this Bond conflicting with said statutory or legal requirement shall be deemed deleted herel'rom and provisions confionning to such
statutory or other legal requirement shall be deemed incorporated herein. When so lumished, the intent is that this Dond shall be construed
as a statuton, band and not as a common law bond.
Signed and scaled this 22nd day of January, 2016.
- d % A i
ACKNOWLEDGMENT OF SURETY COMPANY
STATE OF ...NEW YORK
COL JNTY OF ... NASSAU
JANUARY 22, 2016
On this ...., before me personally came. SUSAN LUPSKI
to me know, who, being by me duly sworn, did depose and say; that he/she resides in
NASSAU COUNTY ... State of..NEW YORK „, that he/she is the Attorney -In -Fact of the
WESTCHESTER FIRE.INSURANCE.COMPANY .the corporation described in which
.. ..... . ........ ; ......................
executed the above instrument; that he/she knows the seal of said corporation; that the
seal affixed to said instrument is such corporate seal; that is was so affixed by order of
the Board of Directors of said corporation; and that he/she signed his/her name thereto by
like order; and the affiant did further depose and say that the Superintendent of Insurance
of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State
of New York, issued to. WESTCHESTER FIRE INSURANCE COMPANY(Surety)his/her
.............................................
certificate of qualification evidencing the qualification of said Company and its
sufficiency under any law of the State of New York as surety and guarantor, and the
propriety of accepting and approving it as such; and that such certificate has not been
revoked.
Lj
Lj
.�. ... NtrY Public .....
JACQUELINE MCNEIL
Notary Public, State of New York
ment No. OIMC6156390
NY acknowledgment Qualified in Queens County
Commission Expires November 27, 2018
No Text
l
WESTCHESTER FIRE INSURANCE COMPANY
FINANCIAL STATEMENT
ADMITTED ASSETS
BONDS
SHORT -TERM INVESTMENTS
STOCKS
REAL ESTATE
CASH ON HAND AND IN BANK
PREMIUM IN COURSE OF COLLECTION`
INTEREST ACCRUED
OTHER ASSETS
TOTAL ASSETS
LIABILITIES
RESERVE FOR UNEARNED PREMIUMS
RESERVE FOR LOSSES
RESERVE FOR TAXES
FUNDS HELD UNDER REINSURANCE TREATIES
OTHER LIABILITIES
TOTAL LIABILITIES
CAPITAL: 70,000 SHARES, $71.43 PAR VALUE
CAPITAL: PAID IN
AGGREGATE WRITE-INS FOR SPECIAL SURPLUS FUNDS
SURPLUS (UNASSIGNED)
SURPLUS TO POLICYHOLDERS
TOTAL
(*EXCLUDES PREMIUM MORE THAN 90 DAYS DUE.)
STATE OF PENNSYLVANIA
DECEMBER 31, 2014
$1,978,280,686
14,407,134
3,117
0
(209,597,077)
77,396,247
19,326,013
132,043,591
$2,011,859,711
$185,962,253
904,379,052
2,948,809
6,973,257
6,538,206
1,105,801,577
5,000,100
298,429,489
124,168,040
478,460,505
906,058,134
$2,011,859,711
COUNTY OF PHILADELPHIA
John Taylor, being duly sworn, says that he is Senior Vice President of
Westchester Fire Insurance Company and that to the best of his knowledge and belief the
foregoing is a true and correct statement of the said Company's financial condition as of the
31 st day of December, 2014.
Sworn before e this April 9, 2015
/ Se .,[
A1,U-tLj�0AUJ`7L-
[r Vice President
f
Notary Public J My c crKhmisslon expires
comi"10I; VE'.;s Q' I [;trr K-1 IMSYLVAMIA
Notarial Seal
EOCIty
iane- lftgltt, iVotary public
Philadelphia, Philadelphia Cbunty
ommlgsion Expires Aug. 8, 201S
MEMBER, PE WWANIA ASSOCIATION OF WARMS
M
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:
City of Lubbock
Bid RFP 16-12636-JM
Contractor's General Information
Organization Doing Business As
Tecta America -CS, LLC
Business Address of Principle
Office
5401 Acuff Road
Lubbock TX 79404
Telephone Numbers
Main Number
806 747-8400
Fax Number
(806) 747-8400
Web Site Address
www.tectaamerica.com
Form of Business (Check One)
Date of Incorporation
X I A Corporation A Partnership An Individual
1960
State of Incorporation
Texas
Chief Executive Officer's Name
Mark Santacrose
President's Name
Chris Pinkston
Tracy Honea
Vice President's Name(s)
1/8/2016 3:56 PM \
1.1Ly u1 LuUUU(;K bla KrP 16-12636-JM
�
r Contractor's Organizational Experience
f _
Organization Doing Business As
Tecta America -CS, LLC
Business Address of Regional
Office
PO Box 2722
Amarillo TX 79105
Name of Regional Office Manager
Jeff McMenam
Telephone Numbers
Main Number
(806) 373-1732
Fax Number
806 373-9472
Web Site Address www.tectaamenca.com
o ..
List of names that this organization currently, has or anticipates operating under over the history of the
organization, including the names of related companies p esently doing business:
Names of Organization
From Date
To Date
Tecta America Corporation
2000
Present
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
170 yrs
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? I
No
If yes provide full details in a separate attachment. See attachment No.
7
1/8/2016 3:56 PM
p. 38
City of Lubbock Bid RFP 16-12636-JM
1i
Contractor's Proposed Key Personnel �
l
Organization Doing Business As Tecta America -CS, LLC
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 attached prequalification statement.
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 description. See attachment No.
See attached prequalification statement.
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
Jason Weems
Jon Kunkle
Project Superintendent
Seth Vaughan
Jose Martinez
Project Safety Officer
Jon Kunkle
Matt Hill
Quality Control Manager
Jason Weems
Seth Vaughan
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.
8
1/8/2016 3:56 PM
l..Ity Ot LUDDOGK
Uld HFP 16-12636-JM
r Proposed Project Managers
Organization Doing Business As
'919ANU• •.
Name of Individual
Tecta America -CS, LLC
Jason Weems
Years of Experience as Project Manager
10 Years
Years of Experience with this organization
6 Years
Number of similar projects as Project Manager
35
Number of similar projects in other positions
20
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
New Frenship Elementary School
25%
5/2016
Lamesa HS Additions
15%
2/2016
Andrews ISD Mustang Bowl
15%
4/2016
Reference Contact Information (listing names indicates approval to contacting the names individuals as a
reference
Name
David Coggins
Name
Kenneth Barthold
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
Lee Lewis Construction
Organization
Pharr & Company
Telephone
(806) 797-8400
Tele hone
(806) 763-5263
E-mail
dcoggins@leelewis.com
E-mail
kenneth@pharrco.com
Project
Trinity Church
Project
Lamesa Elementary School
Candidate role
on Project Project Manager
�Alternatetari• •.
Name of Individual
Candidates role
on Project Project Manager
Jon Kunkle
Years of Experience as Project Manager
8 Years
Years of Experience with this organization
1 Year
Number of similar projects as Project Manager
20
Number of similar projects in other positions
0
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
Fire Station # 4
20%
1/2016
DBS Kids
10%
2/2016
New Home ISD Additions
'Reference Contact Information flistind n6me-s'indicates
Name Jason Pharr I
15% 1 1/2016
approvbIldt-oh1d6tind-the names indiv
Name
Rad Borg
Title/ Position
Project Manager
Title/ Position
Project Manager
Organization
Pharr & Company
Or anization
Lee Lewis Construction
Telephone
(806) 763-5263
Telephone
(806) 797-8400
E-mail
jason@pharrco.com
E-mail
rborg@leelewis.com
Project
New Home ISD
Project
Northern Tool
Candidate role
on Project
Project Manager
Candidate role
on Project
Project Manager
E
/8/2016 3:56 PM
p. 40
City of Lubbock Bid RFP 16-12636-JM
Proposed Project Superintendent
li
Organization Doing Business As
Name of Individual
Tecta America -CS, LLC
Seth Vaughan
Years of Experience as Project Superintendent
10 Years
Years of Experience with this organization
6 Years
Number of similar projects as Superintendent
25
Number of similar projects in other positions
12
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
Frenship Elementary
25%
5/2016
Lamesa HS Additions
20%
2/2016
Firestation #4
20%
1/2016
Reference Contact Information (listing names indicates approval to contacting the names individuals as a
reference
Name
Tim Weems
Name
Bill Adling
Title/ Position
Project Superintendent
Title/ Position
Architect
Organization
Lee Lewis Construction
Or anization
Adling & Assoc
Telephone
(806) 548-0162
Telephone
806) 747-0880
E-mail
tweems@leelewis.com
E-mail
billadling@adling.com
Project
Frenship Elementary School
Project
Melonie Square
Candidate role
on Project Production Manager
Name of Individual
Candidate role
on Project Production Manager
Jose Louis Martinez Rodriguez
Years of Experience as Project Superintendent
10 Yrs
Years of Experience with this organization
6 Yrs
Number of similar projects as Superintendent
18
Number of similar projects in other positions
10
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
Levelland Intermediate School Roof Replacement
30%
2/2016
TTU Wiggins Hall Roof Repair
20%
2/2016
Andrews ISD Mustang Bowl 1
Name Randy Ripple
20%
Name Jason Pharr
4/2016
Title/ Position
Project Superintendent
Title/ Position
Project Manager
Organization
Lee Lewis Construction
Or anization
Pharr & Company
Telephone
(806) 797-8400
Tele hone
(806) 763-5263
E-mail
rripple@leelewis.com
E-mail
jason@pharrco.com
Project
Trinity Church
Project
New Home ISD Additions
Candidate role
on Project
Superintendent
Candidate role
on Project
Superintendent
L_
10 I
1/8/2016 3:56 PM p. 41
Uty Ot LUbbOCk
Bid RFP 16-12636-JM
Proposed Project Safety Officer
Organization Doing Business As
Name of Individual
Tecta America -CS, LLC
Jon Kunkle
Years of Experience as Project Safety Officer
4 Years
Years of Experience with this organization
6 months
Number of similar projects as Safety Officer
10
Number of similar projects in other positions
14
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
All Projects
Reference Contact Information (listing names indicates approval to contacting the names individuals as a
reference
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role
on Project
TAIternate Candidate
Name of Individual
Candidate role
on Project
Matt Hill
Years of Experience as Project Safety Officer
5 Years
Years of Experience with this organization
5 Years
Number of similar projects as Safety Officer
20
Number of similar projects in other positions
12
Current Project Assignments
Name of Assignment
Percent of Time Used
for this Project
Estimated Project
Completion Date
All projects
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role
on Project
Candidate role
on Project
11
1/8/2016 3:56 PM
p. 42
City of Lubbock ; Bid RFP 16-12636-JM
�i
Proposed Project Quality Control Manager
�I
Organization Doing Business As
Name of Individual
Tecta America -CS, LLC
Jason Weems seeprevious)
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
Percent of Time Used
for this Project
Estimated Project
Completion Date
Reference Contact Information (listing names indicates approval to contacting the names individuals as a
reference
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role
on Project
Name of Individual
Candidate role
on Project
Seth Vaughan (seeprevious)
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
Percent of Time Used
for this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Or anization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role
on Project
Candidate role
on Project
12
1/8/2016 3:56 PM
bid KFP 16-12636-JM
Contractor's Project Experience and Resources
Organization Doing Business As Tecta America -CS, LLC
Provide a list of major projects that are currently underway, or have been completed within the last ten
ears on Attachment A
Provide a completed Project Information form (Attachment B) for projects that have been completed in
the last five years which specifically illustrate the organizations capability to provide best value to the
Owner for this project.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience
of the proposed key personnel.
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:
1. 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. Meetin HUB / MWBE Participation Goal
• •
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
Telescoping Forklift
Material Handling
X
Crane
Sign Removal and reinstallation
X
• •711,11111flITIMIre •. • • . • •
What work will the organization complete using its own resources?
All roofing and sheet metal items.
What work does the organization propose to subcontract on thisproject?
Sign removal and reinstallation, mechanical/electrical, window replacement and tinting, sealant work associated
with alternate.
13
t�.
1/8/2016 3:56 PM
p. 44
r`^ City of Lubbock Bid RFP 16-12636-JM
Contractor's Subcontractors and Vendors �
i
Organization Doing Business As Tecta America -CS, LLC
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 HUB/MWBEof Contract Firm
Climatek HVAC 3.5% No
Rudd Palmer Sealant on Alternate #1 6.0% Yes
All Star Signs Museum rooftop signage < 1% No
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.
• . - I
Provide a list of major equipment proposed for use on this project. Attach Additional Information if
necessary
Furnish Furnish HUB/M
Vendor Name Equipment / Material Provided and WBE
Only Install Firm
14
1/8/2016 3:56 PM
ZZ
o Current Projects and Project Completed within the last 10 Years
m
w
o)
-c
Httachment A'
Project Owner
City of Lubbock
Project Name
Patterson Library
General Description of Project: Roof replacement
Project Cost
$102,600.00
Date Project Completed
I September 1.2015
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jon Kunkle
Seth Vaughan
Matt Hill
Jason Weems
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Rodney Unrein
Project Manager
City of Lubbock
(806) 775-2272
RUnrein@mail.ci.lubbock.tx
Designer
Brad Draper
RRO RCI
ARMKO
(806) 833-6953
bdraper@arinko.com @armlco.com
Construction Manager
Project Owner7city of Lubbock Project Name I Secondary Pump House No. 4 Roof Replacement
General Description of Project: Roof Replacement
Project Cost
$33,800.00
Date Project Completed
September 1 ,2015
Key Project Personnel
Project Manager
Project
Superintendent
Safety Officer
Quality Control
Name
Jon Kunkle
Seth Vaughan
Matt Hill
-Manager
Jason Weems
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Michael Green
Maintenance Foreman
City of Lubbock
(806) 775-3233
mgreen@mylubbock.us
Designer
Brad Draper
RRO RCI
ARMKO
(806) 833-6953
bdraper@armko.com
Construction Manager
Project Owner I
City of Lubbock
Project Name I
Fires Station No 4
General Description of Project: Roof Replacment
Project Cost $50,400.00
Date Project Completed
currently working
Key Project Personnel
Project Manager
Project
Superintendent
Safety Officer
Quality Control
Manager
Name
Jon Junkle
Seth Vaughan
Jon Kunkle
Jason Weems
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Laun Carter
Project Manager
City of Lubbock
806 775-3088
Lcarter@mylubbock.us
Designer
Brad Draper
RRO, RCI
City of Lubbock
(806) 833-6953
bdraper@arnilco.com
Construction Manager
15
vro ect intormation
Project Owner Project Name
General Description of Project
Budget History
Schedule Performance
Amount % of Bid
Amount
Date I 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
Name
Actual / Estimated Final
Project Manager
Completion Date
Project Sup
Safety Officer
Quality Control Manager
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.
Name
Title/ Position
nization I Telephone I E-mail
16 N
9 O
W
V
CONTRACTOR PREQUALIFICATION STATEMENT
A. Organization:
Amarillo Office
P.O. Box 2722
Amarillo, TX 79105
(806) 373-1732
Dallas Office
2510 Cockrell Ave.
Dallas, TX 30004
(214) 352-3032
Lubbock Office
5401 Acuff Road
Lubbock, TX 79403
(806) 747-8400
Austin Office
826 Wagon Trail
Austin, TX 78758
(512) 389-2611
B. Tecta America CS, formerly Construction Services, is a contracting firm
specializing in various types of roofing, sheet metal, waterproofing and roof -
related specialties. As a service to General Contractor's, architects, building
owners and facility managers, we also provide assistance in preparation of
specifications, drawings, schedules and budgets.
C. Construction Services, incorporated in Texas on May 31, 1960, evolved from a
similar company established in 1943. On February 10, 2000, Construction
Services and nine other organizations merged to form Tecta America Corporation,
which is currently the nation's largest roofing contractor.
For more information on Tecta, please visit our website at
www.tectaamerica.com.
D. The size of our work force varies from 300 to 400 persons. Our management team
and key employees remain stable. These key people consist of the chairman,
president, general managers, production managers, estimators, contract
administrators, office managers, payroll clerks, superintendents, foremen and roof
applicators. Most management people are of long tenure — 5 to 50 years. The
superintendents and foremen have been employed from 3 to 35 years.
Attachments #4 and #4A lists the company's key personnel.
E. Some of the larger projects we have completed are described below.
$10,200,000 reroofing project on NASA Michoud Assembly facility for Lockheed -
Martin Corp. 1
$4,529,000 roofing contract on the BMW Assembly Plant in Greer, South Carolina. The
general contractor was Fluor Daniel, Inc.
"Fast track" projects we have completed include:
The Milliken Carpet Plant in LaGrange, Georgia, built by Fluor Daniel on which the
roofing contract was approximately $4,300,000.
A copper refinery for ASARCO, Inc., built in Amarillo by Bechtel Corporation on which
the roofing contract was approximately $1,300,000.
At Tinker Air Force Base in 1986, we installed a $2,000,000 built-up roof covering
650,000 square feet in less than 90 days. This project was the restoration of Building _ t
3001 which was destroyed by fire. The complete project was a $45,000,000 job built in
five months. The general contractor and construction manager was Hensel Phelps
working under the supervision of the U.S. Army Corps of Engineers.
We completed $13,000,000 of roofing for the Saturn Project in Springhill, Tennessee.
$7,000,000 of the project was produced in four months. Morrison-Knudsen Company
was the construction manager.
We have also completed a number of large projects where the original design data was
minimal and details were developed as work progressed.
We do substantially all of our work with our own forces and rarely subcontract work to
others.
F. Our major suppliers, bank and bonding agent, along with pertinent data concerning them,
are listed in Attachment #3. We have done business with most of our suppliers for many
years and are familiar with their strengths and weaknesses.
N
N
We seldom use subcontractors, but we do have experience with minority subcontractors
and suppliers. Much of our work force is composed of minority workmen.
Audited financial statements and internally prepared financial statements can be
furnished on request.
We are listed in Dun and Bradstreet #02597-9170. Our rating is 3A2.
Construction Services is a wholly -owned subsidiary of Tecta America Corp. The audited financial
statements of Tecta America Corp. will be available around April 15 or 105 days following the close of
each year. These statements include consolidating information that will identify the figures from
Construction Services that are included in the combined Tecta financial report. Unaudited quarterly
statements are also available on request.
ATTACHMENT #1
TECTA AMERICA-CS, LLC.
CONTRACTOR PREQUALIFICATION STATEMENT
Recently Completed Projects
Proiect
Size Valuation of Roof Project
Designer A/E
Dora Consolidated School District
1000 Squares
$ 1,690,000.00
JDK&A
Dora, NM
575.392.7676
Frenship ISD New Middle School
1100 Squares
$1,720,000.00
BGR Archiecture
300 Main Street
806.747.3881
Wolforth, TX 79382
Bozeman & Hodges Elementary Schools 1056 Squares
$ 1,178,900.00
Adling Associates
Lubbock ISD
806.748.0880
Lubbock, Texas
Roosevelt ISD Roof Renovations
650 Squares
$ 675,000.00
BGR Architecture
Lubbock County
806.747.3881
New Midland Christian Schools
450 Squares
$ 475,900.00
Parkhill, Smith & Cooper
S. Loop 289 & Quaker
806.473.2200
Lubbock, Texas
Texas Tech Boston Avenue
432 Squares
$ 810,686.00
BOKA Powell
New Residence Hall
972.701.9000
Lubbock, Texas
Greenlawn Church of Christ
311 Squares
$ 369,000.00
Parkhill,Smith & Cooper
Clovis Skilled Nursing Facility
300 Squares
$ 310,000.00
JDK&A
Clovis, NM
575.392.7676
UMC East Tower Expansion
510 Squares
$ 875,000.00
Parkhill, Smith Cooper
Lubbock County
806.473.2200
South Plains College
405 Squares
$ 510,000.00
BGR Architecture
Texan Dome Re -roof
806.747.3881
Levelland, Texas
Dunbar Junior High School
1611 Squares
$ 1,325,100.00
Stiles, Wallace Assoc.
Lubbock ISD
806.795.6431
Lubbock, Texas
McWhorter Elementary 420 Squares $540,000.00 Stiles, Wallace Assoc.
Lubbock ISD 806.795.6431
Lubbock, Texas
Jenna Welch Woman's Center 180 Squares $250,000.00 Adling Associates
- Texas Tech University 806.748.0880
Midland, Texas
3
ATTACHMENT #2
TECTA AMERICA-CS, LLC.
CONTRACTOR PREQUALIFICATION STATEMENT
CONTRACTOR REFERENCES
Washington Group Int'l.
Reid & Gary Strickland Co.
Washington Plaza
P.O. Box 7038
1500 West 3rd Street
Amarillo, Texas 79109
Cleveland, Ohio 44113
Gary Strickland
Jim Garrett
(806) 355-3387
(216) 523-5632
Fluor Daniel, Inc.
Dyad Construction
100 Fluor Daniel Drive
8505 Holt
Greenville, South Carolina 29607-2762
Houston, Texas 77054
Dick Wallace
Joe Pigford
(864)281-4208
(713)799-9380
Global Performance
Marshall Construction
7003 Pelham Rd., Suite C
P.O. Box 7538
Greenville, South Carolina 29615
Houston, Texas 77270
Steve Kiker
David Marshall
(864)286-1661
(713)861-8163
Pharr & Company
D.E. Harvey Builders
PO Box 2791
3630 Westchase
Lubbock, Tx 79408
Houston, Texas 77042
Jimmy Pharr
Kelly Hall
(806)763-5263
(713)783-8710
Western Builders
Pepper -Lawson Construction
P.O. Box 15368
P.O. Box 219227
Amarillo, Texas 79105-4321
Houston, Texas 77218
Jerry Rohane/Mike Robertson
Paul Lawson
(806) 376-4321
(281) 371-3100
Page & Associates
Wiley Hicks Jr., Inc.
P.O. Box 2570
1301 West 3rd
Amarillo, Texas 79105
Amarillo, Texas 79106
Stan Cotgreave
Wiley Hicks III/James Hicks
(806) 372-3237
(806) 376-5941
Knox, Gailey, & Meador
Lee Lewis Construction, Inc
1109 N. Avenue T
7810 Orlando Ave
Lubbock, Texas 79415
Lubbock, Texas 79424
Don Meador/Danny Scott
Tom Ferguson
(806)763-0418
(806)797-8400
0
ATTACHMENT #2A
TECTA AMERICA-CS, LLC
CONTRACTOR PREQUALIFICATION STATEMENT
ARCHITECT -ENGINEER -CONSULTANT REFERENCES
Lavin & Associates
Michael L. Hamilton Inc.
2810 Duniven Circle, Ste. 100
25100 Pitkin Road #84B
Amarillo, Texas 79109
Spring, TX 77386
Tom Lavin
Mike Hamilton
(806) 358-7069
(281) 376-8996
Shiver-Megert Associates
A.P. Ward Consulting Inc.
102 E. 9"', Ste. 200
1301 Shiloh Rd., Ste. 860
Amarillo, Texas 79101
Kennesaw, Georgia 30144
Richard Constancio
A.P. Ward
(806) 372-5662
(770) 428-0012
W.D. Architects
Conley Group
1619 S. Kentucky #F665
2555 Cumberland Pkwy, Ste. 170
Amarillo, Texas 79102
Atlanta, Georgia 30339
Jim Doche
Mike Quinn
(806) 359-0772
(770) 333-9591
Sims-Parge' Architects
Adling Associates
718 W. 151h
2529 741h Street
Amarillo, Texas 79101
Lubbock, Texas 79423
Kent Parge'
Bill Adling
(806) 374-2341
(806) 748-0880
Jim D. Koontz & Associates
R.W.S. Architects
3120 N. Grimes
4615 Post Oak Place #111
Hobbs, New Mexico 88240
Houston, Texas 77027
Jim Koontz
Bruce Wallace
(505) 392-7676
(713) 621-1651
JDMA
ARMKO Industries
1402 Ave N
7302 82n1 Ste 14
Lubbock, TX 79401
Lubbock, Texas 79424
Steve Robinson
Brad Draper
(806)744-4490
(806) 833-6953
Stiles, Wallace, & Associates
BGR Architecture
17" St. and Avenue M
2118 341h Street
Lubbock, Texas 79411
Lubbock, Texas 79411
Craig Wallace/Ed Stiles
Jim Melton
(806) 795-6431
(806) 747-3881
5
ATTACHMENT #4A
CONSTRUCTION SERVICES LUBBOCK
KEY PERSONNEL
Jason Weems:
Operating Unit President
18 Years of Experience in the Construction Industry
With 6 of those years in roofing
Graduated Lubbock Christian University 2008
Jon Kunkle:
Estimator/Project Manager
8 Years of Experience in the Roofing Industry
Graduated Texas Tech University 2002
Seth Vaughan:
Production Manager
Matt Hill:
Service Director
Michael Pillow
Service Manager
Lara Vaughan:
Accounting/Office Manager
Attended Georgia Tech University
Jobin Weems:
Project Coordinator
Graduated Texas Tech University 2013
Bachelor's Degree Accounting
Lorenzo Montoya:
Roofing Foreman
30 Years Commercial Roofing Experience
Joe Martinez:
Sheet Metal/Roofing Foreman
Jaroe Parnell:
Sheet Metal Foreman
Carlos Medeles:
Sheet Metal Foreman
33 Years Commercial Roofing Experience
Alex Angel:
Roofing Foreman
15 Years Commercial Roofing Experience
Juan Gomez:
Sheet Metal Foreman
0
ATTACHMENT #4A (CONTINUED)
TECTA AMERICA-CS, LLC. AMARILLO
KEY PERSONNEL
Tracy Honea:
General Manager
With Company since 2001
Prior experience as project manager for
large general contractor
Gary Jackson:
Estimator/Project Manager
More than 20 years with Company
Extensive project management experience on very
large industrial roofing projects.
Keith McNutt:
Production Manager
With Company since 1990
Paul Green:
Roofing Superintendent
With Company since 1994
Rito Diaz:
Roofing Superintendent
With Company since 1997
Gary McNutt:
Roofing Superintendent
With Company since 1999
Dustin Hurt
Roofing Superintendent
With Company since 2001
Jim Wiechec:
Sheet Metal Department Manager
With Company since 1981
Robin Johnson
Sheet Metal Superintendent
With Company since 2002
Jerry Thompson
Sheet Metal Superintendent
With Company since 2005
Genaro Saldierna:
Roofing and Sheet Metal Superintendent
With Company since 1998
Manual Murillo:
Roofing Foreman
With Company since 2000
David Dominguez:
Roofing Foreman
With Company since 2004
0
ATTACHMENT #4A (CONTINUED)
CEI ROOFING TEXAS, A TECTA AMERICA COMPANY - DALLAS
KEY PERSONNEL
Byron Warnick:
General Manager/Project Manager
With Company since 2005
30+years' experience in industry/commercial roofing
Bob Truscott:
Field Operations Manager
With Company since 2005
20+years' experience in industry/commercial roofing
Rick Coulter:
Project Manager
With Company since 2005
30+years' experience in industry/commercial roofing
Ken Fike:
Chief Estimator
With Company since 2005
Jim Renard:
Treasurer/Controller
With Company since 2005
10
ATTACHMENT #4A (CONTINUED)
TECTA AMERICA ATLANTA
KEY PERSONNEL
Chris Pinkston
President -General Manager
With Company Since 1978
Michael L. Yellott:
Senior Estimator/Project Manager
With Company since 1989
Graduated University of Texas
Greg Thorpe:
Project Manager
With Company since 1983
Extensive fast track experience on projects including
Boeing, BMW, Proctor & Gamble and Milliken Carpet.
Dan Martin:
Service Manager
With Company since 1999
James Burton:
Asst. Service and Maintenance Manager
With Company since 2007
Andrew Armistead:
Sates/Service/Project Manager
With Company since 2009
John Cordero:
Service Representative - With Company since 2009
Isidro Rivera:
Roofing Foreman - With Company since 1982
Gerardo Guadarrama:
Roofing Foreman - With Company since 1995
Ray Zawoysky:
Roofing Foreman - With Company since 1983
Angelo Narvaiz:
Roofing Foreman - With Company since 1980
Percy James:
Roofing Foreman - With Company since 1980
Kenneth Parton:
Sheet Metal Foreman —With Company since 1998
Daniel Anderson:
Sheet Metal Foreman — With Company since 2001
Maurice Johnson:
Roofing Foreman — With Company since 1999
Jesus Alvarado:
Roofing Foreman — With Company since 2004
Victor Rivera:
Roofing Foreman — With Company since 2004
Juan Burgos:
Roofing Foreman — With Company since 2006
Enrique Nunez:
Roofing Foreman — With Company since 2006
11
City of Lubbock Bid RFP 16-12636-JM
City of Lubbock, TX
Insurance Requirement Affidavit}'
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me with the below identified 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 proposal.
Con ctor ( Original Signature)
Jason Weems
Contractor (Print)
CONTRACTOR'S FIRM NAME: Tecta America -CS, LLC
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 5401 Acuff Road
Lubbock, TX 79403
'r,
U
NOTE TO CONTRACTOR
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 Purchasin-- and Contract Management for the Citv of Lubbock at (806) 775-2163.
RFP 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
1/8/2016 3:56 PM P. 48
WORKERS COMPENSATION EXPERIENCE RATING
NCtt, Risk Name: TECTA AMERICA CORP Risk ID: 917597057
Rating Effective Date: 03/3112015 Production Date: 01/20/2015 State: INTERSTATE
(A)
(B
(C) Exp Excess
(D) ExpeeW
(E) I cp Ptirta
iPj Act Exc
{G) Ballast
(H) Act Inc
I
tl? Act Prim
Wt
I
Losses (D - E)
Lose"
Lasses
Losses {H - q
Losses
Losses
�_711
1 7,727,226�
10,136,23q
2,409,0041
3,069,4721 989,5771
3,825,8541
756,382�
Primary Losses
Stabllizig Value
Ratable Excess
Totals
(I)
C * (1 - A) + G
(A) ` (F)
(J)
Actual
756,382
3,230,473
,230,473
2,179,325
6,166,180
(E)
C*(1 -A)+G
(A) (C)
(K)
Expected
3,230.473
5,486,330
11,125,8072,409,004
ARAP FL,4f2AP
SARAP
MAARAP
Exp Mod
Factors
1.00 1,00
1.00
11 .55
REVISED RATING
NOTICE - THIS EXPERIENCE MODIFICATION IS CALCULATED TO REFLECT
THE WEIGHTED FORMULA IN COMPLIANCE WITH MAINE LAW N.P. 1397.
RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS
DOLLARS WHERE ERA IS APPLIED.
THE ARAP FACTOR SHOWN IS FOR THOSE STATES CONTAINED ON THIS
RATING THAT HAVE APPROVED THE ARAP PROGRAM AND IS CALCULATED
BASED ON THE STATE WITH THE HIGHEST APPROVED MAXIMUM ARAP
SURCHARGE. THE MAXIMUM ARAP SURCHARGE MAY VARY BY STATE_
PLEASE REFER TO EACH STATES APPROVED RULES FOR THE
APPLICABLE MAXIMUM ARAP SURCHARGE.
THE TENNESSEE CODE ANNOTATED SECTION 50-6-501 REQUIRES EVERY PUBLIC OR
PRIVATE EMPLOYER THAT IS SUBJECT TO THE WORKERS COMPENSATION
STATUTE TO "ESTABLISH AND ADMINISTER A SAFETY COMMITTEE IN
ACCORDANCE WITH RULES ADOPTED PURSUANT TO T.C.A. SECTION 50-6-502
IF THE EMPLOYER HAS AN EXPERIENCE MODIFICATION RATE EQUAL
TO OR GREATER THAN 1.2."
REVISED RATING TO INCLUDE UPDATED DATA FOR: AL, AR, AZ, CO, CT, DC, FL, GA, IL, IN, KY, LA, MA, MD, ME, MN, MO,
MS, NC, NE, NH, NM, NY, RI, SC, SD, TN, TX, VA, VT, POL. M 41 WC18898304, EFF.: 03/31/2013
REVISED RATING TO REFLECT A DISCOUNT IN THE EXPECTED LOSSES FOR THE FOLLOWING STATE IN ACCORDANCE
WITH THE CONSTRUCTION CLASSIFICATION ADJUSTMENT PROGRAM MN i %
C Copyright 19-03-2015, All rchfs reserved Tr..s product is =rpnsad or comp ilatials and aiarnallar which are the proprietary = ezGisive property o` he Netww Cour a on
Compton Insurarice, Inc (NCCI) No further use. Clssem€nation, sate. trarWer, assfgnmeM or dispo4tiori of this product, in whole or in part. may be made vM+hcut the prior written
consent of NCCI This product is furnished 'As is` `As ava`labie"Wih all defects' and iictudes information available at the 5rse of, pi eicarert only Nr= makes no representations or
warranties of any kind relating to the product and hereby expressly disclaims any and all express. state Ory. or implied warrantes, aicucing the implied warranty of merchardatitdy, fitness
for a particular pent ose, accuracy, ccmpteteness, currentness. or correctness of any information orpoduct fisrashed hereunder All re=_po: zibitty for the use of and for ami and ati results
derived or obtained through the use of the product are Ine and user's and NCCI shall not have any liability hereto
Page 2 of 64
Page Intentionally Left Blank
DIU rxrr 10- IGOJO-JIVI
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
-t 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 determining 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 ears.
p )Y
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
- ` the past five (5) years. Enviromnental 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
_x three (3) 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
i firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
l _ YES NO X
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.
Offeror's Initials
i
/8/2016 3:56 PM p. 50
City of Lubbock Bid RFP 16-12636-JM
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 f
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.
J J �
YES NO X
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, t-3
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 X
�t
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 Rate and supporting information: 0.55 -r
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 (3
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.
1
t S
Signa •e
President
Title
2
1/812016 3:56 PM P. 51
.y
it
DIU Mr-r I10-"IZ03b-JM
Suspension and Debarment Certification
1-�
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
xsuspended 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.
1--, COMPANY NAME: Tecta America -CS, LLC
FEDERAL TAX ID or SOCIAL
Signature of Company Official:
o. 84-1505685
Printed name of company official jning above: Jason Weems
Date Signed: January 27, 2016
t
/8/2016 3:56 PM
p. 52
Page Intentionally Left Blank
P
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name Location Services Provided
Yes
No
1.
Climatek Lubbock Mechanical
❑
x
2.
Rudd Palmer Amarillo Sealant Alt #1
x
❑
3,
All Star Signs Lubbock Signage
❑
DC
4.
❑
❑
5,
❑
❑
6.
0
❑
7.
❑
❑
g•
❑
❑
9.
❑
❑
10.
❑
❑
11.
❑
❑
12.
❑
❑
Li
13.
❑
❑
14.
❑
❑
15.
❑
0
16.
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE
SO
SUBMITTED BY:
Tecta America -CS, LLC
(PRINT NAME OF COMPANY)
RFP 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
/812016 3:56 PM
p.54
POST -CLOSING DOCUMENT REQUIREMENTS U�
The below -listed document must be received in the Director of Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
City of Lubbock
Bid RFP 16-12636-JM
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
FINAL LIST OF SUB -CONTRACTORS
Company Name
Location
Services Provided
Elite Window Tinting
Amarillo, TX
Window Tinting
Lubbock Glass & Mirror
Lubbock, TX
Window Replacement
Rudd Palmer Co., Inc
Amarillo, TX
Sealant work
Big Tex Plumbing & HVAC
Lubbock, TX
Plumbing & HVAC work
Company
Tecta America -CS, LLC
Address
Lubbock
Lubbock
City,
County
Texas
79403
State
Zip Code
Telephone: 806
- 747-8400
Fax: 806 _
747-8800
Minority Owned
Yes No
❑
1@
❑
C9
®
❑
❑
CK
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID
CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO.
2
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 PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
Page Intentionally Left Blank
PAYMENT BOND
Bond No. K09507607
. 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 Tecta American -CS LLS (hereinafter called the Principal(s),
as Principal(s), and Westchester Fire Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and fir my bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of FOUR HUNDRED EIGHTY-SEVEN THOUSAND DOLLARS ($487,000) 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 the28th day of April,
2016, for 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
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 deterniiied in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS
13th day of
Westchester Fire Insur
436 Walnut Street, K P
Surety ,
f *By:_
the said Principal (s) and Surety (s) have signed and sealed this instrument this
.tune 2016, it,
ce Company
lelphia. PA 19106
n Lupski, Attorney-Ir(fact (Printed N
Tecta America CS LLC
5401 Acuff Road Lubbock TX 79403
(Company -Name)
j r Lei [,Ut.UVI
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates N/A 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.
Notices:
Westchester Fire Insurance Company
436 Walnut Street
Philadelphia, PA 19106
Approved as to form:
Westchester Fire Insiorance Comnanv
Surety
x By: 1/1 1
�, e) Susan Lupski
Attorney -In -Fact
City of Lubbock
By:
City At ey
Note: I i ned by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
log
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. IF
I
IJ
PA
Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute my Written Commitment for and on behalf of the Company, under the sal of the Company or
Otherwise.
IN TESTIMONY
I, the
which the foregoing is a substantially true and correct copy, is in bill force and erect.
above written.
TrORNEY, of
In witttess wberoot I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate, seal of the Corporation, this day of '�
HIS POWER pP ATCOI N$Y MAY NO [ BF USEDTo EXECUTE ANY BONI) WITH AN jNCEPTIOT1 DATE APO"" t4
�t �raRnrE�
Fb
ACKNOWLEDGMENT OF SURETY COMPANY
STATE OF .. NEW Y..
COUNTY OF . Nassau: sS
On this .,..,,,,June I ::2016
............................. before me personally came Susan Lupski
....................................................:........
to me known, who, being by • me duly sworn, did depose and say; that helshe resides in
Nassau County
......... .................................................. I State of ...New YArk................ that he/she Is the Attorney -In -Fact of the
Westchester Fire Insurance Company
V..................................................•.••....,...•.................. the corporation described In which executed the
above instrument; that he/she knows the seat of said corporation; that the seal affixed to said instrument is
such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she'signed
hislher name thereto by like order, and the affiant did further. depose and say that the Superintendent of
Insurance of the State of New York,as, pursant to Section 1111 of the Insurance Law of the State of New
York, issued to ... ......Westchester Firegnsu rance,. Company .,. (Surety)Otis/her
certificate of
qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New
York -as surety and guarantor, and the propriety of accepting and approving -it as such; and that such certificate
has not been revoked.
Notary Public
NY acknowledgement
DANIELLE HECKMAN
Notary Public, State of New York
No. 01 HE6302468
Qualified in Suffolk County
Commission Expires 05/05/2018
*E- I CI =ES t ER FIRE INSURANG= co?C i,p
-;NAs'Y C 1A L S I F 1 EI ENT
D /(.
V .is fEM BLR31, 20115
-.Dirt; t 1 to A.SSE TS
0:1 - lE'RRt.Jlt`1ocSlf.=ttilu
$1,607,O ia,rs3o
S 1 0-M,.5
23 .^ 1 `_
��,
IR_/.: PSTATE'17
CCjJ RS_ 0-'- C''J=1rEi• ` j`;j,``; `
r<6 S,86 , 1 8-3 01} }
� {
^820 0
80,820,1180
0t,`—==ii SS—TS
16, 1 �1, 6011
f —
I O ! _ ASS=-S
.f
I �� ` 2
,205 5"
f
Y1,797,887,225
Li t.i;1L1TIES
c FOR TAXES
''.;' y IELD Fes,
rr
7, fjo�3, 333
0! i HER, L Ir. v,_, I I=S
1,932
`•_+.=i"i i F' 1 : IJ IJ S; :-4 -J& S / 1 _-� , C a t
CLPIt, .L: PAID �.
.j fJ .3.o, 1v_t
f !.-.'S F0: ,,�
'-..I, C+3°7
SU Lus ; 0 POLICYNID'JC.EF,
313,2=0,5@ 1
731,375,2£6,
1 J{i S,
i'-Xv1.tJ S PR'EIMIUM I,'D - T HA'•, -C D)WS DUE.1
STD 1 E 0; PEi"IMIS YL«ANJA
COUP-4TY OF PhILADELPHIA
.-John Taylor, C ' ' C ,Iy s;v orn, say tha- (t IS Se Vi-; '
, eS r any a:, �, to tha best o` F1s rno,vI=-dg a
g and
b 1i,f ins
forcyois.0, is - +
`d t: tl�^. Gni7 Goi r&-Cc .',CQ i�r; �rli C L'iv s-Id Company's find Wt rn
,+, ro._, c., d:t
•.' t i'
3 i s day of De emc=r, 2� ,
1 ;,
� as o, the
h�t
E
r.
ItI6tB: j ni1b'1� 1 t4 Gfln1MISS?v^ ex -ores
0= PE:Y?`JSYLVVitA
ti0tA^IAL SEAL
VlriA"t. %i.ofdPf Public
City c' Ph1131:1phla, Phil�del
s'priia COufI!Y
Cora: F:s'Mon EX,olr�, Aug, 8 2N9
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. K09507607
In accordance with section 2253.021(f) of the Texas Government Code and Section
53.202(6) of the Texas Property Code any notice of claim of the named surety under this
bond(s) should be sent to:
Chubb Claims
436 Walnut Street, WA10A
Philadelphia, PA 19106-3703
(800) 357-4473
f_
c
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 Tecta American -CS LLS (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 FOUR HUNDRED EIGHTY-SEVEN THOUSAND DOLLARS ($487,000) 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.
r
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the28th day of April,
2016, for 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
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 2016.
Surety
*B
Y•
#_ (Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
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 Atto ey
* Note: If si 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 l
attorney for our files.
2
�t
j
Page Intentionally Left Blank
PERFORMANCE BOND
Bond No.: K09507607
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 Tect a Amelxcan-CS LLS (hereinafter called the Principal(s),
as Principal(s), and Westchester Fire Insurance Company
(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 FOUR HUNDRED EIGHTY-SEVEN THOUSAND DOLLARS ($487,000) 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, firn-dy by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the28th day of April,
2016, for 16-12636-JM -- Silent Wings Museum Roof Replacement and Waterproofing
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 WITNTESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 13th
day of .tune , 2016.
Westchester Fire In prance Company
436 Walnut Street)Philadelphia, P# 19106
Surety` '
By.
( ttle) Susan Lupski, Attorn - n-Fact
Tecta America CS LLC ,,
5401 Acuff Road, Lubbock, TX 79403
(Company Name)
By:_36& 11 1 U t
(Prmtqd Name) j ,
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates NSA 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.
Westchester Fire I surance Company
Notices:
Surety ,:''
Westchester Fire Insurance Company
436 Walnut Street, P.O. Box 1000
Philadelphia, PA 19106
*By:
\ 3UM11 LUPJK
/ Attorney -In -
Approved as to Form ;
City of L bbock
By. —
City At rn
Note: I ied 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. WM
0
N
Jr
Power of WESTCHESTER FARE INSURANCE COMPANY
A�ta�ney
IN WITNESS WHEREOF, the said Stephen M.
FIRE INSURANCE COMPANY this 14 day
Haney, Vice -President, has hereunto subscribed his name and affixed the Corporate seal of the said
of April 2016.
WESTCHESTER
WESfCHF,;aTTMi FIRE INSURANCE C(11VlI+ANY >,
Soepl+ea 10" Ptt mum
THIS POWER OF ATTORNaY. MAY NOT ICE USED TO EXECUTE ANY BONI) WITH, AN INCEPTION RATE AFTER Aprl� 14� 20I8.
. o
ACKNOWLEDGMENT OF SURM COMPANY
STATE OF .. NEW YORK
COUNTY OF . Nassau:::::::::: Ss
On this ........J4me 13:2016... ........... before me personally came Susan Lupski
....................................................:........
to me known, who, being by -me duly sworn, did depose and sa
Nassau Countyy; that he/she resides in
.......................................... I ........... ..., State of ...New Yvrk,.............. that he/she Is the Attomey-in-Fact of the
Westchester Fire insurance_ Company = . .
"" ......... the corporation described in which executed the
above instrument; that he/she •knows 'the seal of said corporation; that the seal affixed to said Instrument is
such corporate seat; that Is was so affixed by the ,Board of Directors of said corporation; and that he/she signed
his/her name thereto by Iike order, and the affiant did further. depose and say that the Superintendent of
Insurance of the State of New York, f�as, pursuant to Section 1111 of the Insurance Law of the State of New
York. issued to Westchester Fire nsu ..... Company (Surety) his/her certificate of
.........West. Westchester Firegnsu ance...............
qualification evidencing the qualification of said Company and its sufficiency under any Iaw of the State of New
York -as surety and guarantor, and the propriety of accepting and approving -it as such; and that such certificate has not been revoked.
.... ... ...........l...l? ..........
Notary Public
NY sdmawiedgerirent
DANIELLE HECKMAN
Notary Public, State of New York
No. 01 HE6302468
Qualified in Suffolk County
Commission Expires 05/05/2018
WESTCHESTER FIRE INSURANCE COMPANY
FINANCIAL STATEMENT
DECENIBER 31, 2015
ADMITTED ASSETS
BONDS
$1,607,005,886
SHORT - TER`:' INVES T MEINTS
23,6666,123
STOCKS OCKS
3, 1 17
REAL ESTATE
0
CASH ON HA?ID AND IN BANK
(68,936,083)
PREMIUM, I N COURSE OF COLLECT 10N
80,820,180
INTEREST ACCRUED.
16,151,460
OTHER ASSETS
139,206,542
TOTAL ASSETS
$1,797,867,225
LIABILITIES
RESERVE FOR UN'zARNED PREiv! IUi ?S
5203,506,626
RESERVE FOR LOSSES
848,505,624
RESERVE FOR TAXES
7,043,333
_
FUNDS HELD U14DER REI%ISUP.AN. = TREATIES
5,739,389
OTHER LIABILITIES
1169U60
TOTAL LIABILITIES
1,066,491,932
CAPITAL: 70,000 SHARES, S71.43 PAR VALUE 5,000,100
CAPITAL: PAID IN 301,430,636
AGGREGATE ~`,RITE-I`-,S FOR SPECIAL SURPLUS FUidDS 11 1,103,666
SURPLUS (Ui a.ASSIGNED) 313,840,891
SURPLUS TO POLICYHOLDERS 731,375,293
TO T AL $1,797,887,225
(`EXCLUDES PREtIHWA MORE THAN 90 DAYS DUE.)
STATE OF PENNSYLVANIA
COUNTY OF PHILADELPHIA
John Taylor, being duly sworn, says that he is Senior Vice President of
141estchester Fire Insurance Company and that to the best of his kno fledge and belief the
foregoing is a true and correct statement of the said Company's financial condition as of the
31 st day of December, 2015.
Sivorn before me Chi March 22, 20i6
Oe Dior VI r President
C, f- �-
��t.
P1oia.y Public FAY Comr6ission expires
CCMM 0,",A'EA' I — RE+INSYLVAA1tA
NOTARIAL SEAL
Diane Wright, Notary Public
City Of Philadelphia, Philadelphia County
My Commission Expires Aug. 8, 2019
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. K09507607
In accordance with section 2253.021(f) of the Texas Government Code and Section
53.202(6) of the Texas Property Code any notice of claim of the named surety tinder this
bond(s) should be sent to:
Chubb Claims
436 Walnut Street, WA10A
Philadelphia, PA 19106-3703
(800) 357-4473
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 Tecta American -CS, LLS (hereinafter called the Principal(s),
Ias 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 FOUR HUNDRED EIGHTY-SEVEN THOUSAND DOLLARS ($487,000) 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 the28th day of April,
2016, for 16-12636-JM — Silent Wings Museum Roof Replacement and Waterproofing
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.
1_
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _
day of 12016.
. K
Surety (Company Name)
* By: By:
(Title) (Printed Name)
4 (Signature)
(Title)
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 Atto y
* Note: If si e 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.
2
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
I
11
I
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
,., F.. .... w . — u.., pvuuca uavu vy ul" w111parry, LIM wnuer neremarter oescrioea. nxcepttons
to stanaara policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate S
Claims Made
Products-Comp/Op AGG S
Occurrence
Personal & Adv. Injury $
Owner's & Contractors Protective
Each Occurrence $
0
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
S
AUTOMOTIYE LIABILITY
Any Auto
Combined Single Limit $
All Owned Autos
Bodily Injury (Per Person) S
Scheduled Autos
Bodily Injury (Per Accident) S
Hired Autos
Property Damage S
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident S
Other than Auto Only:
Each Accident S
Aggregate S
BUILDERS RISK
100% of the Total Contmet Price
S
INSTALLATION FLOATER
S
EXCESS LIABILITY
Umbrella Form
Each Occurrence S
Aggregate S
Other Than Umbrella Form
S
WORKERS COMPENSA TION AND
EMPLOYERS' LIABILITY
The Proprietor/ Included
Statutory Limits
Partners/Executive Excluded
Each Accident $
Officers are:
Disease Policy Limit S
Disease -Each Employee S
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:
Title:
THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL
INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN
FAVOR OF THE CITY OF LUBBOCK. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS
OF COMPLETED OPERATIONS.
CONTRACTOR CHECKLIST
f-
s
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
() q g P j Y �i
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 ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND
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. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS OF
COMPLETED OPERATIONS.
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.
Page Intentionally Left Blank
m
I
CONTRACT
Page Intentionally Left Blank
Contract 12636
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 28" day of April, 2016 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 Tecta America -CS LLS 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 16-12636-JM Silent Wings Museum Roof Replacement and Waterproofing
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Tecta America -CS LLS's proposal dated January 27111, 2016 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 agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
Tecta America CS LLC
By:
PRIN NAME:
TITL
COMPLETE ADDRESS:
Company Tecta America CS LLC
Address5401 Acuff Road
Lubbock, Texas 79403
ATTEST:
Corporate ecretary
CITY JrB K, TEXAS (OWNER):
By:
DANIEL M. PO , MAYOR
ATT ST:
Rebec a Garza, City Secretary
APPROVED AS TTO�CONTENT:
U.."k v( c
l�
Facilities Management
cplAo-4
Mark NNez_rwoo#,�Ass—isia City Manager
APPROVED AS TO FORM:
'\� �- n - � )
Assist nt ity Att �mey
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
PAGE INTENTIONALLY LEFT BLANK
I
I
I
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law b H.B. 23 84th Leg., Regular Session
q g Y g, �
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has
a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor
meets the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later
than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
-Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1625 13th Street, Room 206
Lubbock, TX 79401
Questionnaire is available at:
https://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-infonnation
DISCLOSURE OF INTERESTED PARTIES §2252.908
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295
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.
§2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure form. 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. Section 2252.908 provides definitions of certain terms occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires
registration, generation of Fonn 1295 with a unique Certificate Number & filing date, printing the form,
notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department.
t Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions
are located at:
hops://www.ethics.state.tx.us/whatsnew/elf info fonnl295.htm
r.
PAGE 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 Successful Offeror Tecta America -CS, LLC, who has agreed to perform the
work embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, Wesley Everett, Director of Facilities Management, so designated who will inspect constructions;
or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be
authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident
Project Representatives 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. The Work must be operational and ready for the Owner's
continuous use as intended. All initial training for Owner personnel required by the specifications by the
Contractor and his subcontractors and suppliers shall have been completed. All final operations and maintenance
manuals shall have been submitted and given a disposition of "no exceptions noted". All instrumentation and
SCADA equipment shall be installed and operational. Final grading and seeding shall be performed for
substantial completion.
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 --7
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 five copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site. HIJ,
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
S
t'
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, it's 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
I
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 man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall 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.
1
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be L_
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 t
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 i
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 t
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 workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and 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 i-
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 closing 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 closing 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. 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.
_ , 27. 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
c _ 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS
AND 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. THE ADDITIONAL INSURED ENDORESEMENT
SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS.
A. Commercial General Liability Insurance (Additional Insured (to include products and complete operation) (.
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 per occurrence to include:
Contractual Liability
Products of Completed Operations Endorsement
B. Comprehensive Automobile Liability Insurance (Additional Insured and 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 per Occurrence, to include all owned and non -owned cars
including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
C. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
D. Umbrella Liability Insurance — NOT REQUIRED
E. 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 $500,000.
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
i
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 food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
M
M
(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; I
(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.
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' COMPENSATIONCOVERAGE
"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
11
i
(h)
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.state.t-C:us) 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
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,
f_
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
.i
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:
{ J
(1) a certificate of coverage, prior to the other person beginning work on the
1
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
proj ect;
(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
12
(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.
re 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,
13
t
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 I
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
1 `
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.- _ 3
If the Contractor should neglect, fail, or refuse to 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 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 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 (A
TME 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 at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the proposal; provided,
also, that 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.
14
~ 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 workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
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
P y 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 note 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
i 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
15
1
MX
41
42.
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.
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.
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.
PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the
progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
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.
Ez
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
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.
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 two (2) years 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)
(b)
(c)
(d)
(e)
M
.,
(g)
Defective work not remedied and/or work not performed,
Claims filed or reasonable evidence indicating possible filing of claims,
Damage to another contractor,
Notification to owner of failure to make payments to Subcontractors or Suppliers,
Failure to submit up-to-date record documents as required,
Failure to subnut monthly progress schedule updates or revised scheduled as requested by Owner,
Failure to provide Project photographs required by Specifications.
17
i
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 t-- `
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor,
no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the
sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
18
(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
i 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.
t 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
t ' 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
�t
19
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 t -,
"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 arisingout 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 t.-
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's _1
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 11
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.
20
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
i_ 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. 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.
1_ 57. 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.
r 58. NONAPPROPRIATION
t
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. In 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.
59. HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty
to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly
classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly
classify individuals performing work under a governmental contract will be penalized $200 for each individual
that has been misclassified (Texas Government Code Section 2155.001)
21
Page Intentionally Left Blank
DAVIS-BACON WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
General Decision Number: TX150334 12/11/2015 TX334
Superseded General Decision Number: TX20140334
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: Executive Order (EO) 13658 establishes an hourly minimum
wage of $10.10 for 2015 that applies to all contracts subject
to the Davis -Bacon Act for which the solicitation is 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 $10.10 (or the
applicable wage rate listed on this wage determination, if it
is higher) for all hours spent performing on the contract. The
EO minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
` 0 01/02/2015
1 03/06/2015
2 10/09/2015
3 12/11/2015
BOIL0074-003 01/01/2014
Rates Fringes
BOILERMAKER ......................$ 23.14 21.55
----------------------------------------------------------------
CARP0665-001 05/01/2014
Rates Fringes
CARPENTER ........................$ 20.81 6.76
------------ ---------------------------------------------------
j ELEC0602-008 09/01/2015
Rates Fringes
ELECTRICIAN ......................$ 21.19 30+8 80
---------------------------------------------------o------------
ENGI0178-005 06/01/2014
Rates Fringes
POWER EQUIPMENT OPERATOR
(1) Tower Crane .............$ 29.00 10.60
(2) Cranes with Pile
Driving or Caisson
Attachment and Hydraulic
Crane 60 tons and above ..... $ 28.75 10.60
(3) Hydraulic cranes 59
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
Classifications) 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
each year, to reflect a weighted
negotiated/CBA rate of the union
based.
a year, usually in January of
average of the current
locals from which the rate is
----------------------------------------------------------------
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
j 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
l 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
in dotted lines beginning with characters other than "SU" or7.
"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
t
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.
i
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 an other matter not g y 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
[1
PAGE INTENTIONALLY LEFT BLANK
SPECIFICATIONS
1
CDOUBLE DRAIN TAPER PLAN DETAIL
RISE WALL EXPANSION JOINT OETAIL
/,HATCH FLASHING DETAIL
OPRIMARY DRAIN & OVERFLOW DRAIN FLASHING DETAIL nVENT STACK FLASHING DETAIL - _
^TUDE STEEL PITCH PANDE7AIL THROUGH ROOF MECH. GOOSENECK DETAIL `� r,CHANG�E IN_ELEVATION DETAIL
Page Intentionally Left Blank
Armko Industries, Inc.
Texas Registered Engineering Firm
F-006498
W,
7302 82"d Street
Lubbock, TX 79072
Tel 806 833-6953
Z Fax 806 833-8539
Project Manua! for
ROOF REPLACEMENT
SILENT WINGS MUSEUM
z�
City of
bo*c
TEXA
November 9, 2015
Project Number 20151109-48
Set Number
ROOF REPLACEMENT PROJECT
SILENT WINGS MUSEUM
CITY OF LUBBOCK
LUBBOCK, TEXAS
ARMKO INDUSTRIES, INC.
LUBBOCK, TEXAS
November 9, 2015
TABLE OF CONTENTS
•ev"a�rti�j
,, oR�Aru�
f..;...... .....
1 71558 ..
Ott `�StONAL��G"`"'r
ii1fZ%1`s-�.
Armko Industries, Inc.
Texas Registered Engineering Firm
F-006498
DIVISION 01
GENERAL
100
General Requirements
1 thru 8
322
Photographic Documentation
1 thru 2
330
Submittals and Substitutions
1 thru 5
DIVISIONS 02 thru
05 — NOT USED
DIVISION 06
CARPENTRY
105
Miscellaneous Carpentry
1 thru 5
DIVISION 07
THERMAL AND MOISTURE PROTECTION
215
Roof & Deck Insulation
1 thru 5
536
TPO Roof System
1 thru 16
591
Membrane Reroofing Preparation
1 thru 7
620
Sheet Metal and Miscellaneous Accessories
1 thru 7
720
Roof Accessories
1 thru 5
920
Joint Sealants
1 thru 9
DIVISION 08 thru 14
— NOT USED
DIVISION 15
MECHANICAL
150
Sanitary Waste and Vent Specialties
1 thru 3
DIVISIONS 16 thru
17 — NOT USED
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
SECTION 01100
GENERAL REQUIREMENTS
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
PROJECT NO.20151109-48
A. It is the intent of the specification that the new work will provide a watertight facility. The
attached specifications describe the minimum acceptable standards of construction and
finish.
B. Silent Wings Museum:
1. ROOF SECTIONS - B, C, D, F, G, I, J1, J2, and J3: Work shall include removal of
existing roof membrane and insulation down to substrate. Remove and replace any
damaged or deteriorated decking according to the unit price as specified. Install new
miscellaneous carpentry to create perimeter details as specified. Mechanically fasten
specified base sheet per ASCE 7 criteria, fully adhere tapered insulation and
associated one-half inch (1/2") substrate board as specified. Fully adhere SBS
modified base ply and 80-mil fleeceback TPO membrane as specified. Provide a
twenty (20) year NDL manufacturer's warranty and a two (2) year contractor's
warranty. Work shall also include all HVAC and electrical, piping disconnect and
reconnection. Installation shall be as per NRCA, SMACNA, ANSI/SPRI, specifications,
details and manufacturer's guidelines.
2. ROOF SECTIONS — A and E: Work shall include removal of existing roof membrane
and insulation down to substrate. Remove and replace any damaged or deteriorated
decking according to the unit price as specified. Install new miscellaneous carpentry
to create perimeter details as specified. Mechanically fasten specified 1.5" base layer
of insulation per ASCE 7 criteria, fully adhere tapered insulation and associated Y2'
substrate board as specified. Fully adhere SBS modified base ply and 80-mil
fleeceback TPO membrane as specified. Provide a twenty (20) year NDL
manufacturer's warranty and a two (2) year contractor's warranty. Work shall also
include all HVAC and electrical, piping disconnect and reconnection. Installation shall
be as per NRCA, SMACNA, ANSI/SPRI, specifications, details and manufacturer's
guidelines.
3. LOWER LEVEL OF OLD FLIGHT TOWER AND TOP STORY OF OLD CAFETERIA:
Work shall include removal of existing sealant at masonry to metal, metal to metal and
glass to metal joints around windows and penetrations on exterior wall elevations as
described in the project specifications. Contractor shall install all specified sealant and
required accessories as per the project specifications. Contractor shall provide Owner
with a five (5) year labor and materials warranty and a five (5) year manufacturer's
material warranty.
1.02 CHANGES
A. Changes to specifications and drawings will not be acceptable unless approved in writing
by the Owner/Owner's Representative.
IeGENERAL REQUIREMENTS
01100 —1
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48__,
SILENT WINGS MUSEUM
1.03 INSPECTION
A. An inspection shall be made by a representative of the material manufacturer of the
completed project to ensure that said project was installed in accordance with the
manufacturer's specifications and illustrated details. Upon this approval of the project, the
specified warranty or warranties shall be written.
1.04 INDEMNIFICATION
A. Successful proposer shall defend, indemnify and save harmless Owner and Owner's
Representative and all of its officers, agents and employees from all suits, actions, or
other claims of any character, name and description brought for or on account of any
injuries or damages received or sustained by any person, persons, or property arising out
of the award of the contract or on account of any negligent act or fault of the successful
proposer, or of any agent, employee, subcontractor or supplier in the execution of, or
performance under, any Contractor which may result from Proposal and shall pay any
judgment costs which may be obtained against Owner and Owner's Representative
growing out of such injury or damages.
1.05 QUALITY ASSURANCE
A. All work and materials hereinafter specified shall be best of kind described and, unless
specified otherwise, shall be new and of best quality. The specified roofing system shall
have been used successfully in the United States for a minimum of ten (10) years.
B. All materials will be securely fastened in place in a watertight, neat and workmanlike
manner. All workmen shall be thoroughly experienced in the particular class of work upon
which employed. All work shall be done in accordance with these specifications and shall
meet the approval in the field of the Owner's representative. Contractor's representative
and/or job supervisor shall have a complete copy of specifications and drawings on job
site at all times.
C. Contractor shall plan and conduct the operations of the work so that each section started
on one day is complete, details installed and thoroughly protected before the close of work
for that day.
D. Where any material is specified by proprietary name, trade name, name of manufacturer,
generic name, or catalog number with the addition of such expressions as "equivalent as
determined by Owner's Representative", it is understood that the material named is
intended and no substitution will be allowed without written approval by the Owner's
representative.
E. Should a specified material not be available, a substitution shall require approval (in
writing) of the Owner's representative and the roof system manufacturer issuing the
warranty before being utilized on this project.
F. Unless otherwise indicated, the materials to be used in this specification are those
specified and denote the type, quality, performance, etc. required. All proposals shall be
based upon the use of specified material.
GENERAL REQUIREMENTS
01100-2 i
i`
j
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
G. A Contractor who proposes to quote on the basis of an "equivalent as determined by
Owner's Representative" alternate material or system shall submit to the Owner's
representative the following information, at least ten (10) calendar days prior to scheduled
proposal opening. Only one request for substitution will be considered for each material or
system. When substitution is not accepted, specified product or system shall be used.
1. A five (5) gallon sample of any adhesive, coating, mastic, or sealant and a three foot
by five foot (3' x 5') sample of any sheeting or rolled goods as may be specified.
2. A certificate from an accredited testing laboratory comparing the physical and
performance attributes of the proposed material with those of the specified materials.
3. A list of at least three (3) local jobs where the proposed alternate material was used
under similar conditions and written documentation showing successful installation in
the United States of similar size and scope for a minimum of ten (10) years. These
jobs must be available for inspection by the Owner's representative.
4. In the event a substitution is acceptable by the Owner, all contractors shall be
notified of the acceptable alternate within five (5) calendar days prior to proposal
opening by Addenda.
5. During the course of work, the Owner's representative may secure from the
containers at the job site, samples of the materials being used and submit the
samples to an independent testing laboratory for comparison. If the results of the
independent testing laboratory prove that the materials are not comparable and
equal to the specified materials, the Contractor shall pay for the testing and the
Owner reserves the right to reduce the amount of the proposal by twenty percent
(20%) if all work has already been completed before the test results become known.
If the contract work is not completed when the test results become known, the
Owner shall impose a penalty in proportion to the amount of work already completed,
and all remaining work shall be completed with the specified materials.
H. Application of materials shall be in strict accordance with the manufacturer's
recommendations. In the instance of a conflict between these specifications and those of
the manufacturer, the most stringent shall take precedence.
Roofing system manufacturer shall have approval for and shall meet Underwriter's
Laboratory fire rating Class A.
1.06 PRE -CONSTRUCTION CONFERENCE
A. A conference shall be scheduled by the Owner's representative and conducted at the work
site prior to start of work. The Contractor's project supervisor or foreman and the Owner's
representative shall attend. Job schedule, submittals, existing conditions, and
specifications shall be reviewed and any questions arising shall be resolved to the
satisfaction of all parties prior to start of work. Contractor shall begin work within five (5)
calendar days following Owner's signing of contract and/or issuance of the written notice
to proceed with work, weather permitting.
1.07 SUBMITTALS
A. 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.
GENERAL REQUIREMENTS 01100 - 3
1
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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, penetration 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. Shop Drawings and Product Data:
a) 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.
b) Minimum drawing size shall be eight and one-half inches by eleven inches
(8-1 /2" x 11 ").
c) 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.
d) Submit brochures and other submittal data that cannot be reproduced
economically, in such quantities to allow the Owner to retain four (4) 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.
e) Product data shall completely identify specification sections and locations at
which materials or equipment are to be installed.
f) 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.
7. Detailed project sequencing, staging, material loading, manpower plans, and
detailed project construction schedule for approval.
8. Sample of warranty that is to be issued upon project completion.
9. Submit list of all mechanical, electrical, rigging, sheet metal, and other
Subcontractors with evidence of Subcontractor's insurance coverage in compliance
with contract requirements.
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.
GENERAL REQUIREMENTS
9
9
01100-4
k
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
1.08 USE OF PREMISES
PROJECT NO.20151109-48
A. 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.
B. The Contractor shall:
1. Coordinate work in such a manner as to not interfere with the normal operation of the
building.
2. Assume full responsibility for protection and safekeeping of products stored on
premises.
3. Agree to hold the Owner harmless in any and all liability of every nature and
description that may be suffered through bodily injuries, including death of any
persons by reason of negligence of the Contractor, agents, employees, or
Subcontractors.
4. The Contractor and all Subcontractors shall take all necessary precautions to
prevent the use of alcoholic beverages on the Owner's premises.
1.09 SAFETY
A. The contractor and all Subcontractors shall take all necessary precautions to keep the
premises free of fire and safety hazards. The contractor shall prevent all agents,
employees, licensees and invitees of the contractor from smoking on the Owner's
premises and from operating or using any flame, spark or explosion hazard producing
devices anywhere on or about the premises without the written approval of the Owner's
representative.
1.10 INSPECTION OF WORK IN PROGRESS
A. The Owner's representative will require the material manufacturer's representative to
periodically examine the work in progress, as well as on completion, in order to assist in
ascertaining the extent the materials and labor procedures conform to the requirements of
the specifications.
B. The authorized material manufacturer's field representative shall be responsible for:
1. Keeping the Owner's representative informed after periodic inspections as to the
progress and quality of the work observed.
2. Calling to the attention of the Contractor those matters observed which are
considered to be in violation of the contract requirements.
3. Reporting to the Owner's representative, in writing, any failure or refusal of the
Contractor to correct unacceptable practices called to his attention.
4. Confirming, after completion of the work and based on his observation and test, that
he has observed no application procedures in conflict with these specifications.
Final payment will not be released until all specified warranties have been received
by the Owner.
1.11 FIELD INSPECTION AND CONTRACTOR RESPONSIBILITY
A. The Owner's representative shall at all times have access to the job site and work areas.
The Contractor will provide proper and safe facilities for such access and inspection.
GENERAL REQUIREMENTS 01100 - 5
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
B. Any time during the course of the project, an inspection may be deemed necessary by the
Owner/Owner's representative to have one or all of the following members of the
Contractor's organization present in person to inspect the work along with the
Owner/Owner's representative: Owner, a Majority Stockholder, President and/or Chief
Executive Officer of the contracting firm.
C. The Owner/Owner's representative, if deemed necessary, will notify in writing who in the
Contractor's organization they want to inspect the work on the roof in addition to the
Contractor's normal inspection. If the designated person or persons requested by the
Owner/Owner's representative fails to respond within forty-eight (48) hours to the request,
the work may be suspended, payment withheld and/or liquidated damages outlined in the
specifications assessed until such time the individual(s) inspect(s) the work with the
Owner/Owner's representative.
D. Neither the presence nor absence of the Owner's representative nor the manufacturer's
representative, nor an inspection by the manufacturer of the work or operation of the
Contractor, nor any failure by the manufacturer to detect, pinpoint, or object to any defect
in the work completed, nor any deviation from these specifications, nor the acceptance by
the manufacturer of any such defect or the approval of the manufacturer of any such
deviation shall relieve the Contractor, or reduce, or in any way limit or divide, his full
responsibility for the full performance of the work required of him under these
specifications.
E. It shall be understood that such field inspection as the Owner's representative may cause
to be performed by the material manufacturer will be performed by the material
manufacturer solely for the benefit of the Owner and in an attempt to assist with the
requirements of this specification. These requirements bind the Contractor even without
such inspection.
F. No inspection or any act or omission of either the Owner's representative or the
manufacturer's representative in connection with such inspection shall prejudice the
Owner's right to strict conformance, or under any circumstances be construed to excuse
or mitigate any mistake or non-conformance by the Contractor.
1.12 ON -SITE SUPERVISION
A. The Contractor is responsible for the management and control of the work. He shall give
his personal superintendence of the work or have a competent resident manager or
superintendent satisfactory to the Owner on the job site at all times while work is in
progress, with full authority to act for the Contractor as his agent.
k
GENERAL REQUIREMENTS 01100 - 6 I
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
1.13 ROOFTOP EQUIPMENT
A. All air conditioning units and other rooftop equipment shall be moved by the roofing
Contractor as required to install roofing materials complete and in accordance with the
plans and specifications. When units or equipment are to be moved, they shall be
disconnected and moved by the roofing Contractor to a protected area so as not to
damage any part or component thereof, and shall be reset by the roofing Contractor and
reconnected at the Contractor's expense, all according to local building codes. All
disconnection and reconnection shall be performed by a mechanical and/or electrical
company licensed to perform such work and approved by the Owner's representative.
B. Contractor shall follow refrigerant recycling requirements as outlined in section 608 of the
Clean Air Act, 1990, as amended (CAA), including final regulations published on May 14,
1993 (58 FR 28660), and the prohibition on venting that became effective on July 1, 1992.
C. Where mechanical items, conduits, cables, raceways, piping or any other roof -top
mounted item must be moved in any manner, or disconnected and reconnected as made
necessary by the reroofing of the specified areas at the facility, all roof -top equipment,
piping, insulation, wires, fiber optic cable, any information systems components, conduits,
panels, motor starters, raceways, switches, antennas, satellite components, etc. shall be
replaced or renewed to match existing if damaged by Contractor. NOTE: It is the
responsibility of the Contractor to review the condition of any and all of the above noted, or
similar, items with authorized Owner personnel to determine condition of said items
PRIOR TO START OF WORK. If this review is not completed as prescribed, any and all
damage found at the end of the work will be repaired solely at the contractor's expense.
D. Any action by roofing contractor personnel which causes interruption of the ongoing works
of the Owner's facility will be repaired at the sole expense of the roofing contractor. Upon
interruption of the Owner's ability to meet required tasks, Owner may immediately, and
without the contractor's permission, take such action as necessary to repair said damage
so that the Owner's work may be resumed. The Owner has the obligation to notify the
contractor of such action as soon as possible, but in all cases must notify the contractor in
writing within 48 hours of the occurrence of the incident.
1.14 FINAL INSPECTION
A. Upon job completion, a final inspection will be made by Owner's representative. Final
payment will not be authorized for the work done until such inspection has been made and
all work is found to have been performed in accordance with the specifications and to the
satisfaction of the building Owner, and the specified warranties are issued.
B. The Contractor shall promptly remove any work that does not meet the requirements of
the plans and specifications or is incorrectly installed or otherwise disapproved by the
Owner as failing to meet with the plans and specifications. The Contractor shall promptly
., replace any such work without expense to the Owner and shall bear the cost of making
good all work of other contractors or the Owner, destroyed or damaged by such removal
or replacement.
GENERAL REQUIREMENTS 01100 - 7
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
1.15 DEMOLITION
PROJECT NO.20151109-48
1
A. All abandoned pitch pans, equipment, vents, curbs, and other such debris shall be
removed by the Contractor. Abandoned items that require deck placement shall be
marked by the Owner prior to proposal due date and/or the commencement of work.
Contractor shall install new decking of like dimensions to provide a suitable substrate in
areas where penetrations through the deck are removed.
1.16 CREWS AND EQUIPMENT
A. Contractor shall provide sufficient crews and equipment so that the project may progress
without interruption or unnecessary delay.
1.17 FUTURE REPAIRS
A. Contractor certifies by acceptance of this project that any future repairs or alterations he
might be called upon to execute after the project is complete, will be performed in
accordance with the manufacturer's recommended procedures so as to not void the
warranty.
1.18 NAILERS AND ROOF DECK
A. Contractor shall notify the Owner's representative of unforeseen areas of damaged
decking, wet insulation or deteriorated nailers. Where the damage is serious and
extensive, it will be the Owner's prerogative to authorize removal and replacement.
i
B. Any areas of unusual deck deflection noticed by the Contractor during the course of the
job that will cause an area of ponding water should be brought to the attention of the
Owner's representative by the Contractor.
C. The Contractor shall furnish the Owner with a unit price for removal and replacement of
the damaged decking, wet insulation or deteriorated nailers. All nailers required for the
new roofing application shall be provided by the roofing Contractor, and included in the
proposal amount. Unit cost for nailers applies only to existing deteriorated nailers. If
lumber is required to make "flush" interior parapet wall, cost shall be included in Base
Proposal.
1.19 CONTRACT DOCUMENTS
A. In the event of a conflict between the reroofing specifications and the Owner's contract
documents, the Owner's contract documents shall take precedence.
END OF SECTION 01100
GENERAL REQUIREMENTS
01100 - 8 I
1A
_I
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
SECTION 01322
PHOTOGRAPHIC DOCUMENTATION
PART 1-GENERAL
1.01 RELATED DOCUMENTS
PROJECT NO.20151109-48
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
A. This Section includes administrative and procedural requirements for the following:
1. Preconstruction photographs.
1.03 SUBMITTALS
A. Key Plan: Submit key plan of Project site and building with notation of vantage points
marked for location and direction of each photograph.
B. Construction Photographs: Submit three (3) prints of each photographic view within seven
(7) days of taking photographs.
1. 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.
PART 2-PRODUCTS
2.01 PHOTOGRAPHIC MEDIA
A. Digital Images: Provide images in uncompressed JPEG 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.
PART 3 - EXECUTION
3.01 CONSTRUCTION PHOTOGRAPHS
A. 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.
B. Digital Images: Submit digital images exactly as originally recorded in the digital camera,
without alteration, manipulation, editing, or modifications using image -editing software.
PHOTOGRAPHIC DOCUMENTATION 01322 -1
f
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
1. Date and Time: Include date and time in filename for each image.
C. 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 01322
PHOTOGRAPHIC DOCUMENTATION 01322 - 2
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
SECTION 01330
SUBMITTALS and SUBSTITUTIONS
PART 1 — GENERAL
1.01 DESCRIPTION
PROJECT NO.20151109-48
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 where 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.
B. Substitutions
1. The contract is based on the standards of quality established in the Contract
Documents. Substitutions will be considered only when listed at time of bidding, on
the form provided in the bidding documents, and when substantiated by the
Contractor's submittal of required data within 35 calendar days after award of the
Contract.
2. The following products do not require further approval except for interface within the
work:
a. Products specified by reference to standard specifications such as ASTM and
similar standards.
b. Products specified by manufacturer's name and catalog model number.
3. Where any material is specified by proprietary name, trade name, name of
manufacturer, generic name, or catalog number with the addition of such
expressions as "or equal"P'or approved equal", it is understood that the material
named is intended and no substitution will be allowed without written approval by the
Owner's representative three (3) calendar days prior to proposal due date.
4. Should a specified material not be available, a substitution shall require approval (in
writing) of the Owner's representative and the roof system manufacturer issuing the
warranty before being utilized on this project.
5. Unless otherwise indicated, the materials to be used in this specification are those
specified and denote the type, quality, performance, etc. required. All proposals
shall be based upon the use of specified material.
6. Do not substitute materials, equipment, or methods unless substitution has been
specifically approved in writing for this work by the Architect/Project Manager.
SUBMITTALS AND SUBSTITUTIONS 01330 - 1
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM i
C. "Or equal"
1 Where the phrase "or equal", or "or equal as approved by the Architect", occurs in
�
the Contract Documents, do not assume that the materials, equipment, or methods
will be approved as equal unless the item has been specifically so approved for this
work by the Architect/Project Manager.
2. A Contractor who proposes to quote on the basis of an "or equal"/"or approved
equal" alternate material or system shall submit to the Owner's representative the
following information, at least five (5) calendar days prior to scheduled proposal
opening. Only one request for substitution will be considered for each material or
_.
system. When substitution is not accepted, specified product or system shall be
used.
,
a) A sample of any sealant as may be specified.
b) A certificate from an accredited testing laboratory comparing the physical and
performance attributes of the proposed material with those of the specified
materials.
c) A list of at least three (3) local jobs where the proposed alternate material was
used under similar conditions and written documentation showing successful
installation in the United States of similar size and scope for a minimum of ten
?
(10) years. These jobs must be available for inspection by the Owner's
representative.
d) In the event a substitution is acceptable by the Owner, all contractors shall be
notified of the acceptable alternate within three (3) calendar days prior to
proposal opening.
e) During the course of work, the Owner's representative may secure from the
containers at the job site, samples of the materials being used and submit the
samples to an independent testing laboratory for comparison. If the results of the
independent testing laboratory prove that the materials are not comparable and
equal to the specified materials, the Contractor shall pay for the testing and the
;
Owner reserves the right to reduce the amount of the proposal by twenty percent
(20%) if all work has already been completed before the test results become
known. If the contract work is not completed when the test results become
known, the Owner shall impose a penalty in proportion to the amount of work
j
already completed, and all remaining work shall be completed with the specified
--
materials.
D. Procedure for Use of Substitution Request Form
1. Substitution request including all required documentation must be delivered to the
Owner's Representative's office no later than the date indicated in the specifications. ,
Requests submitted late will not be considered. ! }
2. The Individual or Firm requesting a substitution must document that the requested
substitution is equal or superior to the specified product. Failure to provide clear,
accurate, and adequate documentation will be grounds for rejection.
3. Required documentation shall consist of applicable information which would aid the
Architect in making an informed decision. Include side by side product
comparisons, technical data, laboratory test results, product drawings, etc.
SUBMITTALS AND SUBSTITUTIONS
01330 - 2 i
I
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
4. If use of the proposed product would result in changes to the design of the building,
the submittal shall describe fully the changes required to the drawings or
specifications. Any cost differences resulting from modifications to the drawings and
specifications and the cost of making the changes shall be borne by the Product
Supplier.
5. No product will be considered "as equal" to the product specified until it has been
included as an allowable substitution, in a written Addendum to the project.
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.
3. Contractor's executed payment and performance bonds as required.
4. Shop drawings of details approved by manufacturer, for Owner's approval if
proposed details differ from those included with this proposal package.
5. Detailed project sequencing, staging, material loading, manpower plans, and detailed
project construction schedule for approval.
6. Sample of warranty that is to be issued upon project completion.
7. Submit list of all Subcontractors with evidence of Subcontractor's insurance
coverage in compliance with contract requirements.
8. Project superintendent's resume and project experience list for proposed system.
9. 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.
10. Submit 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 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 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.
SUBMITTALS AND SUBSTITUTIONS 01330 - 3
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
I
i
PART 2 — PRODUCTS
2.01 SHOP DRAWINGS
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. 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.
3. 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.
4. Product data shall completely identify specification sections and locations at which
materials or equipment are to be installed.
5. 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.
r�i =&F-11011111,T'"VJ 7 1:ing119:4V-1A I1V
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.
i c�'jyjI_11k1lJ:QLAIi•[61:1J ZsZ i1117
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.
SUBMITTALS AND SUBSTITUTIONS 01330 - 4
H
9
t�
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
2.04 SAMPLES
PROJECT NO.20151109-48
A. Provide sample or samples identical to the precise article proposed to be provided.
Identify as described under "Identification of Submittals" below.
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.
D. 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.
3.02 TIMING OF SUBMITTALS
SUBMITTALS AND SUBSTITUTIONS
01330 - 5
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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.
B. Revisions:
1. Make revisions required by the Architect/Project 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 01330
SUBMITTALS AND SUBSTITUTIONS 01330 - 6
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
SECTION 06105
MISCELLANEOUS CARPENTRY
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes the following:
1. Wood blocking, cants, and nailers.
1.02 DEFINITIONS
PROJECT NO.20151109-48
A. Lumber grading agencies, and the abbreviations used to reference them, include the
following:
1. NELMA - 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.
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. Miscellaneous lumber.
MISCELLANEOUS CARPENTRY 06105 - 1
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM r
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.
r _
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:
1.
Plywood
2.
Thickness: As needed to comply with requirements specified but not less than
thickness indicated.
3.
Comply with "Code Plus" provisions in APA Form No. E30K, "APA
Design/Construction Guide: Residential & Commercial."
4.
Factory mark panels according to indicated standard.
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.
5. Northern 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.
MISCELLANEOUS CARPENTRY 06105 - 2
�7
I
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
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
PROJECT NO.20151109-48
A. General: Provide lumber for support or attachment of other construction, including the
following:
1. Rooftop equipment bases and support curbs.
2. Blocking.
3. Cants.
4. Nailers.
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:
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.
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:
1. 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 & Btr 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.
5. Northern species, No. 2 Common grade; NLGA.
6. Western woods, Construction or No. 2 Common grade; WCLIB or WWPA.
2.04 FASTENERS
MISCELLANEOUS CARPENTRY
06105 - 3
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
A. General: Provide fasteners of size and type indicated that comply with requirements
specified in this Article for material and manufacture.
1. 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 B18.6.1.
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 B18.2.1. (ASME B18.2.3.8M).
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).
2.05 METAL FRAMING ANCHORS
A. General: Provide galvanized steel framing anchors of structural capacity, type, and size
indicated and acceptable to authorities having jurisdiction.
B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with
ASTM A 653/A 653M, G60 (Z180) coating designation.
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.
MISCELLANEOUS CARPENTRY 06105 - 4
�_3
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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
nailers, blocking, and similar supports to comply with requirements for attaching other
construction.
C. Apply field treatment complying with AW PA 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.
MISCELLANEOUS CARP
END OF SECTION 06105
06105 - 5
1
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM `
l
SECTION 07215
ROOF AND DECK INSULATION
PART 1 —GENERAL
1.01 DESCRIPTION
A. Related Work
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Requirements / Conditions, Supplementary General Conditions, and
Sections in Division 01 of these Specifications.
1.02 REFERENCES (INCLUDING LATEST REVISIONS)
A. American Society of Testing Materials (ASTM) f_s
1. C 177-85 Test Method for Steady -State Heat Flux Measurements and Thermal
Transmission Properties by Means of the Guarded -Hot -Plate Apparatus.
2. C 209-84 Methods of Testing Insulating Board (Cellulosic Fiber), Structural and
Decorative.
3. C 728-89a Perlite Thermal Insulation Board
4. D 41-85 Asphalt Primer Used in Roofing and Waterproofing.
5. D 312-89 Asphalt Used in Roofing.
6. D 1621-73 (1979) Test Method for Compressive Properties of Rigid Cellular Plastics.
7. D 4601-86 Asphalt Coated Glass Fiber Base Sheet Used in Roofing.
B. National Roofing Contractors Association (NRCA)
1. (ANSI/SPRI)
2. ASCE 7 wind uplift criteria
1.03 QUALITY ASSURANCE
A. Regulatory Requirements
1. 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.
1.04 SUBMITTALS
A. Product Data: Submit Manufacturer's product data sheets for each product.
B. Shop Drawings: Layout of roof plan showing tapered design, tapered insulation pattern,
direction of slope, amount of slope, spot elevations indicating thicknesses at high and low
points.
ROOF AND DECK INSULATION
07215 - 1
it
}
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
- T C. Certification: Submit roof manufacturer's certification in writing that insulation is acceptable
as substrate for application of specified roof system.
1.05 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.
1.06 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.
1.07 PRODUCT CONDITIONS
A. Environmental Requirements:
1. 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.
ROOF AND DECK INSULATION 07215 - 2
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PART 2 — PRODUCTS
2.01 INSULATION
PROJECT NO.20151109-48
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.
B. Polyisocyanurate Roof Insulation: Insulation shall be rigid polyisocyanurate foam board;
thickness and LTTR-value shall be a minimum of 1.5" = 8.6; meeting Federal Specification
No. HH-1-1972/1 or 2 with 20 psi minimum compressive strength and 2.0 pcf minimum
density. Board shall be surfaced on two (2) sides with non -asphaltic facer material.
C. Tapered Polyisocyanurate Roof Insulation: Shall be tapered polyisocyanurate board per
Federal Specification No. HH-1-1972/1 or 2, with a 20 psi minimum compressive strength
and 2.0 pcf density minimum. Insulation shall be of thickness required for one-fourth inch
(1/4") slope per foot to roof drains as shown on drawings. Crickets shall be (1/2") slope per
foot as shown on drawings. Insulation shall be surfaced on two (2) sides with a
non -asphaltic facer material.
C. Cover Board: Non-structural glass mat faced, non-combustible, moisture resistant, silicone
treated gypsum core panel, manufactured to conform to ASTM C-1177. Thickness shall be
1/2" = R of .56 with a nominal board size of 4' x 8', Secure -Rock or approved equal.
Ili? .111I I ]8A101ON
A. Shall be ASTM D 312 Type IV extra steep asphalt.
2.03 ASPHALT ROOF PRIMER
A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, Handi-Gard RC-114, as
manufactured by Gibson Homans Company / GAF, or approved equal.
Applicable Federal Specification SS-A-701 B
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 FASTENERS
A. Fasteners and fastening plates and/or termination bars shall be FM Approved and shall be
listed in the FM Global Approval Guide, and as recommended by the insulation/ fastener
manufacturer for the specific application to meet the minimal requirements for wind uplift as
required by the local jurisdiction and/or FM Global.
ROOF AND DECK INSULATION 07215 - 3 j
I?
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PART 3 — EXECUTION
3.01 PROTECTION
PROJECT NO.20151109-48
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 3750 F
to 4250 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 insulation.
3.03 INSULATION INSTALLATION
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.
ROOF AND DECK INSULATION
07215 - 4
I
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
{
3.04 MECHANICALLY FASTENED INSULATION (METAL DECK AREAS ONLY)
A. Specified insulation shall be mechanically fastened to conform to the ASCE 7 criteria for
wind uplift as dictated by wind zone applicable to location of project. Fasteners and
fastening patterns shall be determined by building height, location and geographical area of
the United States. It is the contractor's responsibility to consult current publications,
literature, and bulletins of IBC and the manufacturer that are in effect at the time of this
project. Boards shall be staggered and butted as close as possible with voids over
one-fourth inch (1/4") to be filled.
B. Insulation shall be laid with edges parallel to flutes and bearing on deck surface/flats. The
long dimension of base insulation layer must be fully supported by the top flange of the
metal deck. The edges of insulation boards must not cantilever over the flutes of the metal
deck.
C. The top surface of the first layer of insulation shall be coated with hot asphalt using
twenty-five pounds (25#) per one hundred (100) square feet of surface, and a one-fourth
inch (1/4") tapered layer of insulation 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 j
immediately walked in place.
D. The new layer of cover board shall be applied over the existing insulation using offset joints, i
so that each layer breaks joints to a minimum of six inches (6") both ways with the preceding '
layer.
t
3.05 FULLY ADHERED INSULATION
A. Specified insulation shall be bonded to the base sheet with a solid mopping of steep asphalt
Type IV, as required by slope (NRCA), at the minimum rate of thirty pounds (30#) ± 20% per
one hundred (100) square feet and immediately walked in place.
B. The top surface of the first layer of insulation shall be coated with hot asphalt using
twenty-five pounds (25#) per one hundred (100) square feet of surface, and a one-fourth
inch (1/4") tapered layer of insulation 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.
C. The new layer of cover board shall be applied over the existing insulation using offset joints,
so that each layer breaks joints to a minimum of six inches (6") both ways with the preceding
layer.
3.06 ADJUSTING
A. Remove insulation which has been damaged (broken, cracked, punctured, wet, etc.) and
install acceptable new units before installation of roof system.
3.07 CLEANING
A. Remove debris and material wrappers from jobsite. Leave insulation clean and dry, ready to
receive roofing membrane.
ROOF AND DECK INSULATION
07215 - 5 '
i
1
L __i
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
3.08 PROTECTION
A. Provide special protection from traffic on completed work.
END OF SECTION 07215
ROOF AND DECK INSULATION 07215 - 6
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM ?
}
SECTION 07536
FULLY ADHERED THERMAL POLYOLEFIN FLEECEBACK ROOF SYSTEM
PART 1-GENERAL
1.01 INSTALLER QUALIFICATIONS
A. Roofing Installer must be:
1. Currently in good standing with the manufacturer.
B. It shall remain each Contractor's responsibility to determine his current status with the
manufacturer's certification plan.
1.02 QUALITY ASSURANCE
A. Applicator/Installer:
1. Acceptable to roof material manufacturer for the manufacturer's warranty I
requirements.
2. Five (5) years successful experience on projects similar in size and scope.
3. Experienced in the type of roofing work required. I
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
B. Federal Specifications:
1. LLL-1-535B
FULLY ADHERED TPO SINGLE —PLY ROOF SYSTEM 07536 — 1 I ; I
t_s
I
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
2.
SS-A-701 B
3.
SS-C-153
4.
SS-C-153C
5.
SS-R-62013
6.
TT-C-498C
7.
TT-P-320D
8.
TT-S-00227E
9.
TT-S-00230C
10.
SS-S-001534 (GSA-FSS)
11.
L-P-375
PROJECT NO.20151109-48
C. Industry Standards:
1. 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.
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.
C. Deliver materials in sufficient quantity to allow continuity of work.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 - 2
�f
0
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
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 so as 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.
J. 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 1
maintained above 400 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 400 F.
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 in compliance with
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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 - 3 ( i
{ �1
r:
[_
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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 be in
attendance at 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. 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.
12. Surface and air temperatures should be a minimum 450 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.
13. 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:
1. 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 maintain at all times 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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 - 4
i_ .
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
c
3. Twenty-four Hour Call: The contractor shall have personnel on call 24 hours per day,
seven (7) days per week for emergencies during the course of 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:
1. 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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 - 5 I
�t
t'
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
1.07 WARRANTY
PROJECT NO.20151109-48
A. Twenty (20) Year NDL with no exclusion for 2" hail occurrence and wind speeds up to 72
mph 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:
1. The manufacturer's warranty shall will include a 72 mph Wind Rider for the field of the
roof and the perimeter.
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.
PART2-PRODUCTS
f+•��Sl<t1��1�:7_A
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: Carlisle, Johns -Manville, GAF, and Firestone.
C. Materials herein specified shall be supplied or approved in writing by the manufacturer
issuing the warranty.
D. The 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.
I" FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 - 6
I..
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
3.07 WOOD CANTS
PROJECT NO.20151109-48
A. All wood cants shall be installed in accordance with Section 06105 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.
3.08 APPLICATION OF PLY SHEET(S)
A. Recover Board shall be covered with SBS base sheet fully adhered as follows:
All layers shall be solid mopped at the nominal rate of thirty pounds (30#) ± 20 percent per
one hundred (100) square feet using asphalt Type III as required by slope, properly heated.
Specified layers shall be applied in accordance with the manufacturer's recommendations
and in accordance with general practices as set forth by the NRCA Roofing Manual.
3.09 APPLICATION OF FIELD MEMBRANE
A. Fully Adhered Application: Fully adhere membrane to acceptable substrate with cold
adhesive applied at the rate specified by the manufacturer.
1. 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.
3.10 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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 -13
i'
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
S;
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.
3.11 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.
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.
J. 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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 -14
iq
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
3.12 VERTICAL WALL FLASHING (FOR USE APPROXIMATELY 8-18" ABOVE THE FINISHED
ROOF LINE AND EXTENDING UPWARD)
A. Flashing membrane shall be installed on the vertical beginning a minimum of eight inches
(8") above the finished roof line (where the base flashing is terminated), with length of run
not to exceed twenty feet (20'). Flashing shall be installed in strict accordance with the
manufacturer's recommendations.
B. The termination bar used to terminate the minimum eight inch (8") high base flashing shall
be used to terminate the lower edge of the vertical flashing. This will cause the termination
bar to be buried at the termination point. Care should be taken to ensure the top edge of the
base flashing and bottom edge of the vertical flashing are both secured.
C. All existing substrates receiving flashing membrane shall be clean and primed with asphalt
primer, prior to application.
D. All substrates receiving welded -seam flashing membrane shall be clean and primed with
primer, prior to application when applicable.
E. The vertical wall flashing membrane shall be set in flashing bonding adhesive according to
manufacturer's guidelines.
F. All vertical flashing lap seams of the flashing membrane shall be hot-air welded.
G. 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.
H. Immediately following the laying of the flashing membrane, it shall be pressed or rolled in the
width direction of the membrane. This will prevent excessive entrapment of air beneath the
membrane. The pressing or rolling shall be in the width direction and with the laps so as not
to buck the laps.
Any flashing extending further than eighteen inches (18") up onto a vertical surface shall be
installed using the strapped method and must be fastened with a termination bar or installed
up and over the parapet wall and fastened to the nailer on the outside of the wall.
J. The flashing membrane shall be run up the wall in sheet widths, run under the coping cap
and be terminated on the outside of the wall six inches (6") on center; then the coping cap
shall be reset. All side laps are to be hot-air welded.
K. Hot-air Welding 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 the contractor by using two (2) pieces of flashing
membrane. Minimum width of hot-air weld shall be two inches (2").
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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 -15
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
M. 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.
3.13 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.
3.14 EDGING FLASHINGS
A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with
published instructions to meet ES-1.
3.15 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.
a 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.
3.16 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.
3.17 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.
3.18 MEMBRANE CLEANING
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.
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 -16
C.
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
3.19 PROTECTION
PROJECT NO.20151109-48
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.
3.20 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.
3.21 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 07536
FULLY ADHERED TPO SINGLE -PLY ROOF SYSTEM 07536 -17
r,
t
I-.
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
SECTION 07591
MEMBRANE REROOFING PREPARATION
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 tear -off.
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: PVC 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 Tear -Off: Removal of existing membrane roofing system from deck.
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.
MEMBRANE REROOFING PREPARATION 07591 - 1
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
t
B. Temporary Roofing: Include Product Data and description of temporary roofing system. If
temporary roof will remain in place, submit surface preparation requirements needed to
receive permanent roof, and submit a letter from roofing membrane manufacturer stating
acceptance of the temporary membrane, and that its inclusion will not adversely affect the
roofing system's resistance to fire and wind.
C. Fastener pull-out test report.
D. 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.
E. Landfill Records: Indicate receipt and acceptance of hazardous wastes, such as
asbestos -containing material, by a landfill facility licensed to accept hazardous wastes.
1.06 QUALITY ASSURANCE
A. Installer Qualifications: Installer of new membrane roofing system licensed to perform
asbestos abatement in the State or jurisdiction where Project is located.
B. Regulatory Requirements: Comply with governing EPA notification regulations before
beginning membrane roofing removal. Comply with hauling and disposal regulations of
authorities having jurisdiction.
C. Preliminary 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, and
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 and base
flashing substrate 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.
[I
MEMBRANE REROOFING PREPARATION 07591 - 2 r
li
is
i
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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.
D. 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.
MEMBRANE REROOFING PREPARATION 07591 - 3
d
i
Y
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
is
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. A roof moisture survey of existing membrane roofing system is available for Contractor's
reference.
G. The results of an analysis of test cores from existing membrane roofing system are
available for Contractor's reference.
H. 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.
Hazardous Materials: It is not expected that hazardous materials such as asbestos -
containing materials will be encountered in the Work. Ut
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.
J. Hazardous Materials: Present in building to be reroofed. A report on the presence of
hazardous materials is on file for review and use. Examine report to become aware of
locations where hazardous materials are present.
1. Hazardous material remediation is specified elsewhere in the Contract Documents.
2. Do not disturb hazardous materials or items suspected of containing hazardous
materials except according to procedures specified elsewhere in the Contract
Documents.
3. Coordinate with hazardous material remediation Contractor to prevent water from
entering building or existing roofing system.
MEMBRANE REROOFING PREPARATION
07591 - 4
t
{
t
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
e SILENT WINGS MUSEUM
PART 2 - PRODUCTS
2.01 INFILL MATERIALS
A. Use infill materials matching existing membrane roofing system materials, unless
otherwise indicated.
2.02 AUXILIARY REROOFING MATERIALS
A. General: Auxiliary reroofing preparation materials recommended by roofing system
manufacturer for intended use and compatible with components of existing and new
membrane roofing system.
B. Base Sheet Fasteners: Capped head, factory -coated steel fasteners, listed in FMG's
"Approval Guide."
C. Metal Flashing Sheet: Metal flashing sheet is specified in Division 7 Section "Sheet Metal
Flashing and Trim."
PART 3 - EXECUTION
��601
A. 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.
B. During removal operations, have sufficient and suitable materials on -site to facilitate rapid
installation of temporary protection in the event of unexpected rain.
C. 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.
D. Verify that rooftop utilities and service piping have been shut off before commencing Work.
3.02 ROOF TEAR -OFF
A. General: Notify Owner each day of extent of roof tear -off proposed.
B. Roof Tear -Off. Remove existing roofing membrane and other membrane roofing system
components down to the deck.
MEMBRANE REROOFING PREPARATION 07591 - 5
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
i
1. Remove roof insulation.
2. Bitumen and felts that are firmly bonded to concrete decks are permitted to remain if
felts are dry. Remove unadhered bitumen and felts and wet felts.
3. Remove excess asphalt from steel deck. A maximum of 15 lb/100 sq. ft. (0.72 kg/sq.
m) of asphalt is permitted to remain on steel decks.
4. Remove fasteners from deck or cut fasteners off slightly above deck surface.
3.03 DECK PREPARATION
3.04
A. Inspect deck after tear -off of membrane roofing system.
B. If broken or loose fasteners that secure deck panels to one another or to structure are
observed, or if deck appears or feels inadequately attached, immediately notify Architect.
Do not proceed with installation until directed by Architect.
C. If deck surface is not suitable for receiving new roofing, or if structural integrity of deck is
suspect, immediately notify Architect. Do not proceed with installation until directed by
Architect.
D. Provide additional deck securement as indicated on Drawings.
E. Replace deck as indicated on Drawings. ,
CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL
f
NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of ACM
roof materials takes place. The following procedures are to be followed as a minimum:
A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes,
picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating
wedge to tear roofing materials. Breaking and/or slicing of material is permitted. Sanding,
grinding or abrading during handling is not permitted.
B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape.
r
C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition.
D. Ensure employees have received OSHA required training in asbestos removal and health
hazards associated with exposure to airborne asbestos fibers. ;I
E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden
sprayer or water hose with spray nozzle.
F. Perform personal and area air monitoring for at least the first three (3) days of the project in
accordance with 29 CFR 1910.1001. Monitoring shall be done by either: 1) in-house
certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified
outside source.
G. Asbestos Warning signs and tape shall be posted in tear -off area.
MEMBRANE REROOFING PREPARATION 07591 - 6
i__
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
H. Based on air monitoring results, the contractor MUST execute a Written Negative Exposure
Assessment Determination and keep on file at the project site along with air monitoring
results.
Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be
wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must
be enclosed.
J. Disposal: Can be disposed of as construction debris at any approved landfill.
3.05 INFILL MATERIALS INSTALLATION
A. Immediately after removal of selected portions of existing membrane roofing system, and
inspection and repair, if needed, of deck, fill in the tear -off areas to match existing
membrane roofing system construction.
1. Installation of infill materials is specified in Division 7 Section.
2. Install new roofing membrane patch over roof infill area. If new roofing membrane is
installed the same day tear -off is made, roofing membrane patch is not required.
3.06 EXISTING BASE FLASHINGS
A. Remove existing base flashings around parapets, curbs, walls, and penetrations.
1. Clean substrates of contaminants such as asphalt, sheet materials, dirt, and debris.
B. Inspect parapet sheathing for deterioration and damage. If parapet sheathing has
deteriorated, immediately notify Architect.
3.07 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.
3.08 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 07591
MEMBRANE REROOFING PREPARATION 07591 — 7
t _s
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PART 1 - GENERAL
1.01 SUMMARY
PROJECT NO.20151109-48
SECTION 07620
SHEET METAL AND MISCELLANEOUS ACCESSORIES
A. Section Includes:
1. Provide flashing and sheet metal components for moisture protection.
2. Related accessories.
1.02 QUALITY ASSURANCE
A. Comply with governing local, state, and federal regulations, safety standards, and codes.
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.
ii�Zdt�i�l_1 T TAT�1fI
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.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 1"i
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
PART 2 - PRODUCTS
2.01 SHEET METAL MATERIAL
A. Hot -dipped Galvanized Steel for use as counterflashings (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, cover plates, downspouts, gutters, coping and
miscellaneous metal. Standard color to be selected by Owner/Project Consultant.
D. Sheet Lead: QQ-L-201, Grade B.
E. 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 22-gauge G-90 galvanized.
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.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 2
r
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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, or pre -approved equal,
provide and install.
2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection
pads at all downspouts.
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.
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, counterflashings, 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.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 3
r!
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
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 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. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint.
M. Install new metal rooftop projections. 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 so as 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.
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 soldered.
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.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 4
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM F
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. Gravel Guard/Fascia:
t
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.
Backpaint flashing in dissimilar bituminous
7.
contact with masonry or materials with
i
paint. Surface sand before applying primers.
8.
Integrate flashing in a manner consistent with detailing.
9.
Provide and install continuous clip around perimeter.
�
10.
Apply sealant at horizontal juncture of gravel guard metal to exterior vertical wall.
11.
Shall be fabricated in accordance with all SMACNA provisions.
12.
Install bead of sealant at metal edge juncture at exterior wall surface.
C. Coping:
1.
Install new metal coping as required for a permanent watertight installation.
2.
All coping shall be manufactured with low profile standing seam metal.
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.
LA
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.
Fabricate 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.
r
11.
Integrate flashing in a manner consistent with detailing.
12.
Provide and install continuous clip, minimum 22-gauge.
_l
13.
Apply sealant at horizontal juncture of coping metal to exterior vertical wall.
14.
Shall be fabricated in accordance with all SMACNA provisions.
?
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 5
_i
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
--, 15. Install bead of sealant at metal edge juncture at exterior wall surface.
D. Expansion Joint Field and at Wall:
1. 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. 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.
E. Counterflashing:
1. Install new metal counterflashing as required for a permanent watertight installation.
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.
F. Gutter and Downspout:
1. Fabrication:
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.
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.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
G. 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.
H. Pitch Pans:
1. Install pitch pans of 24-gauge galvanized steel according to NRCA standards,
minimum of six inches by six inches (6" x 6").
2. Pitch pans shall be fabricated to minimum of four inches (4") above the finished roof
membrane. Seams of pitch pans shall be soldered.
Mastic shall be applied under pitch pan flange a minimum of one-half pound (1/2#)
per linear foot.
4. All metal flanges shall be primed with asphalt primer prior to flashing installation.
Inside of pitch pan shall be cleaned and primed as required by pitch pan sealant
manufacturer.
5. 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.
6. Base of pitch pans shall be filled with grout or cementitious binder to proper height
and allowed to cure.
7. 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.
8. Strip metal flange of pitch pan with one strip of Type IV fiberglass felt set in hot
bitumen extending from the outer edge of the flange a minimum of three inches (3")
inward to base of pitch pan.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 7 r
S i
I
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
9. Strip in fiberglass felt with 60 mil coal -tar elastomeric membrane (CTEM) flashing set
in hot asphalt extending from the outer edge of the Type IV fiberglass underlayment
' a minimum of three inches (3") inward to the base of the pitch pan.
I. 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 07620
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 8
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
SECTION 07720
ROOF ACCESSORIES
PART 1 — GENERAL
1.01 RELATED DOCUMENTS
PROJECT NO.20151109-48
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 curbs
2. Equipment supports
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.
ki
ROOF ACCESSORIES 07720 - 1 ?
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
1.06 PROJECT CONDITIONS
PROJECT NO.20151109-48
A. Field Measurements: Verify required openings for each type of roof accessory by field
measurements before fabrication and indicate measurements on Shop Drawings.
1.07 COORDINATION
A. Coordinate layout and installation of roof accessories with roofing membrane and base
flashing and 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.
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 METAL MATERIALS
A. Galvanized Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coated.
B. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, AZ50 (AZM150) coated.
C. Prepainted, Metallic -Coated Steel Sheet: Steel sheet metallic coated by hot -dip process
and prepainted by coil -coating process to comply with ASTM A 755/A 755M.
1. Galvanized Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coated.
2. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50
(Class AZM150) coated.
3. Exposed Finishes: High -Performance Organic Finish (2-Coat Fluoropolymer):
Prepare, pretreat, and apply coating to exposed metal surfaces to comply with
coating and resin manufacturer's written instructions.
ROOF ACCESSORIES
07720 - 2
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
a) Fuu000polymer 2-Coat System: Manufacturer's standard 2-coat, thermocured
system consisting of specially formulated inhibitive primer and fluoropolymer
color topcoat containing not less than 70 percent polyvinylidene fluoride resin by
weight; complying with physical properties and coating performance
requirements in AAMA 2604, except as modified below:
(1) Humidity Resistance: 1000 hours.
(2) Salt -Spray Resistance: 1000 hours.
2.03 EQUIPMENT SUPPORTS
A. To support HVAC Duct use Model # SS2000D Duct Support. SS2000D is two 17" circular
bases with 12 ga. framing channel formed to make an "H" shaped support. Framing
channel is adjustable in both height and width.
1. Manufacturers:
a). Advanced Support Products, Inc.
B. To support heavier HVAC equipment use equipment platform Model # HV0505B Base
Platform designed by manufacturer to support the weight of the equipment and load
requirements. Equipment platform shall consist of (a) 17" circular bases supporting a
structural steel frame OR (b) galvanized steel plates, with four holes for approved
anchoring per engineering data, supporting a structural steel frame.
1. Manufacturers:
a). Advanced Support Products, Inc.
2.04 ROOF 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 # SS1000RA 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 Y2' threaded rods.
1. Manufacturers:
a) Advanced Support Products, Inc.
ROOF ACCESSORIES 07720 - 3
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
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 Y2' threaded rods.
1. Manufacturers:
a) Advanced Support Products, Inc.
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.
3. Bed flanges in thick coat of asphalt roofing cement where required by roof accessory
manufacturers for waterproof performance.
ROOF ACCESSORIES
07720 - 4
I'
c_
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
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. Equipment 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.
3.03 TOUCH UP
A. Touch up factory -primed surfaces with compatible primer ready for field painting in
accordance with Division 9 painting Sections. !
B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and
repair galvanizing to comply with ASTM A 780.
3.04 CLEANING
A. Clean exposed surfaces according to manufacturer's written instructions.
END OF SECTION 07720
ROOF ACCESSORIES
07720 - 5
__i
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
SECTION 07920
JOINT SEALANTS
PART 1 — GENERAL
1.01 RELATED DOCUMENTS
PROJECT NO.20151109-48
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 joint sealants for the following applications:
1. Exterior joints in the following vertical surfaces and horizontal non -traffic surfaces:
a) Joints between plant -precast architectural concrete units.
b) Joints between different materials listed above.
c) Perimeter joints between materials listed above and frames of doors, windows
and louvers.
d) Joints between glass to metal, metal to metal and metal to stone conditions.
1.03 PERFORMANCE REQUIREMENTS
A. Provide elastomeric joint sealants that establish and maintain watertight and airtight
continuous joint seals without staining or deteriorating joint substrates.
B. Provide joint sealants for interior applications that establish and maintain airtight and
water-resistant continuous joint seals without staining or deteriorating joint substrates.
1.04 SUBMITTALS
A. Product Data: For each joint -sealant product indicated.
B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured
sealants showing the full range of colors available for each product exposed to view.
C. Samples for Verification: For each type and color of joint sealant required, provide
Samples with joint sealants in one-half inch (1/2") wide joints formed between two (2) six
inch (6") long strips of material matching the appearance of exposed surfaces adjacent to
joint sealants.
D. Preconstruction Field Test Reports: Indicate which sealants and joint preparation methods
resulted in optimum adhesion to joint substrates based on preconstruction testing
specified in "Quality Assurance" Article.
E. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the
following:
1. Materials forming joint substrates and joint -sealant backings have been tested for
compatibility and adhesion with joint sealants.
JOINT SEALANTS 07920 - 1
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
l
2. Interpretation of test results and written recommendations for primers and substrate
preparation needed for adhesion.
F. Field Test Report Log: For each elastomeric sealant application.
G. Product Test Reports: Based on comprehensive testing of product formulations performed
by a qualified testing agency, indicating that sealants comply with requirements.
H. Warranties: Special warranties specified in this Section.
1.05 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for
installation of elastomeric sealants required for this Project.
B. Source Limitations: Obtain each type of joint sealant through one source from a single
manufacturer.
C. Preconstruction Compatibility and Adhesion Testing: Submit to joint -sealant
manufacturers, for testing indicated below, samples of materials that will contact or affect
joint sealants.
1. Use manufacturer's standard test method to determine whether priming and other
specific joint preparation techniques are required to obtain rapid, optimum adhesion
of joint sealants to joint substrates.
2. Submit not fewer than four (4) pieces of each type of material, including joint
substrates, shims, joint -sealant backings, secondary seals, and miscellaneous
materials.
3. Schedule sufficient time for testing and analyzing results to prevent delaying the
Work.
4. For materials failing tests, obtain joint -sealant manufacturer's written instructions for
corrective measures including use of specially formulated primers.
5. Testing will not be required if joint -sealant manufacturers submit joint preparation
data that are based on previous testing of current sealant products for adhesion to,
and compatibility with, joint substrates and other materials matching those
submitted.
D. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals"
Article from a qualified testing agency based on testing current sealant formulations within
a 36-month period preceding the Notice to Proceed the Work.
1. Testing Agency Qualifications: An independent testing agency qualified according to
ASTM C 1021 to conduct the testing indicated, as documented according to
ASTM E 548.
2. Test elastomeric joint sealants for compliance with requirements specified by
reference to ASTM C 920, and where applicable, to other standard test methods.
3. Test elastomeric joint sealants according to SWRI's Sealant Validation Program for
compliance with requirements specified by reference to ASTM C 920 for adhesion
and cohesion under cyclic movement, adhesion -in -peel, and indentation hardness.
4. Test other joint sealants for compliance with requirements indicated by referencing
standard specifications and test methods.
M
JOINT SEALANTS 07920 - 2
}}
i
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
E. Preconstruction Field -Adhesion Testing: Before installing elastomeric sealants, field test
their adhesion to Project joint substrates as follows:
1. Locate test joints where indicated on Project or, if not indicated, as directed by
Architect.
2. Conduct field tests for each application indicated below:
Each type of elastomeric sealant and joint substrate indicated.
Each type of nonelastomeric sealant and joint substrate indicated.
3. Notify Architect seven days in advance of dates and times when test joints will be
erected.
4. Arrange for tests to take place with joint -sealant manufacturer's technical
representative present.
a) Test Method: Test joint sealants according to Method A, Field -Applied Sealant
Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193.
i For joints with dissimilar substrates, verify adhesion to each substrate
separately; extend cut along one side, verifying adhesion to opposite side.
Repeat procedure for opposite side.
5. Report whether sealant in joint connected to pulled -out portion failed to adhere to
joint substrates or tore cohesively. Include data on pull distance used to test each
type of product and joint substrate. For sealants that fail adhesively, retest until
satisfactory adhesion is obtained.
6. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing
adhesive failure from testing, in absence of other indications of noncompliance with
requirements, will be considered satisfactory. Do not use sealants that fail to adhere
to joint substrates during testing.
F. Mockups: Build mockups incorporating sealant joints, as follows, to verify selections made
under sample submittals and to demonstrate aesthetic effects and set quality standards
for materials and execution:
1. Joints in mockups of assemblies specified in other Sections that are indicated to
receive elastomeric joint sealants, which are specified by reference to this Section.
G. Preinstallation Conference: Conduct conference at Project site.
1.06 PROJECT CONDITIONS
A. Do not proceed with installation of joint sealants under the following conditions:
1. When ambient and substrate temperature conditions are outside limits permitted by
joint -sealant manufacturer or are below 40 deg F.
2. When joint substrates are wet.
3. Where joint widths are less than those allowed by joint -sealant manufacturer for
applications indicated.
4. Contaminants capable of interfering with adhesion have not yet been removed from
joint substrates.
JOINT SEALANTS
07920 - 3
i
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
1.07 WARRANTY
A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or
replace elastomeric joint sealants that do not comply with performance and other
requirements specified in this Section within specified warranty period.
Warranty Period: Five (5) years from date of Substantial Completion.
B. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric
sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those
that do not comply with performance and other requirements specified in this Section
within specified warranty period.
1. Warranty Period: Five (5) years from date of Substantial Completion.
C. Special warranties specified in this Article exclude deterioration or failure of elastomeric
joint sealants from the following:
1. Movement of the structure resulting in stresses on the sealant exceeding sealant
manufacturer's written specifications for sealant elongation and compression caused
by structural settlement or errors attributable to design or construction.
2. Disintegration of joint substrates from natural causes exceeding design
specifications.
4. Mechanical damage caused by individuals, tools, or other outside agents.
5. Changes in sealant appearance caused by accumulation of dirt or other atmospheric
contaminants.
PART 2 — PRODUCTS
2.01 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in other Part 2
articles.
B. Products: Subject to compliance with requirements, provide one of the products listed in
other Part 2 articles.
2.02 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, backings, and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by sealant manufacturer, based on testing and field
experience.
B. VOC Content of Interior Sealants: Provide interior sealants and sealant primers that
comply with the following limits for VOC content when calculated according to 40 CFR 59,
Subpart D (EPA Method 24):
1. Sealants: 250 g/L.
2. Sealant Primers for Nonporous Substrates: 250 g/L.
3. Sealant Primers for Porous Substrates: 775 g/L.
JOINT SEALANTS 07920 - 4 f }
i
i
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
C. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range.
2.03 ELASTOMERIC JOINT SEALANTS
A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for
each liquid -applied chemically curing sealant specified, including those referencing
ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint
substrates.
B. Stain -Test -Response Characteristics: Where elastomeric sealants are specified to be
nonstaining to porous substrates, provide products that have undergone testing according
to ASTM C 1248 and have not stained porous joint substrates indicated for Project.
C. Single -Component Neutral- and Basic -Curing Silicone Sealant:
1. Available Products:
a) GE Silicones; SilPruf.
b) Dow Corning Corporation; 795
2. Type and Grade: S (single component) and NS (nonsag).
3. Class: 100/50.
4. Use Related to Exposure: NT (nontraffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, 0.
a) Use 0 Joint Substrates: Coated glass, color anodic aluminum, and substrates.
6. Stain -Test -Response Characteristics: Nonstaining to porous substrates per
ASTM C 1248.
D. Multi -component Nonsag Urethane Sealant:
1. Available Products:
a) Sonneborn, Division of ChemRex Inc.; NP 2.
2. Type and Grade: M (multi -component) and NS (nonsag).
3. Class: 25.
4. Uses Related to Exposure: NT (nontraffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, 0.
a) Use 0 Joint Substrates: granite and limestone substrates.
2.04 PREFORMED JOINT SEALANTS
A. Preformed Silicone -Sealant System: Manufacturer's standard system consisting of
precured low -modulus silicone extrusion, in sizes to fit joint widths indicated, combined
with a neutral -curing silicone sealant for bonding extrusions to substrates.
1. Available Products:
a) Dow Corning Corporation; 123 Silicone Seal.
b) GE Silicones; UltraSpan US1100.
JOINT SEALANTS
07920 - 5
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
2.05 JOINT -SEALANT BACKING--,.
A. General: Provide sealant backings of material and type that are nonstaining; are
compatible with joint substrates, sealants, primers, and other joint fillers; and are approved
for applications indicated by sealant manufacturer based on field experience and
laboratory testing.
B. Cylindrical Sealant Backings: ASTM C 1330, O (open -cell material) or any of the
preceding types, as approved in writing by joint -sealant manufacturer for joint application
indicated, and of size and density to control sealant depth and otherwise contribute to
producing optimum sealant performance:
C. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing f
complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining
resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with?
low compression set and of size and shape to provide a secondary seal, to control sealant
depth, and to otherwise contribute to optimum sealant performance.
D. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant
manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or
joint surfaces at back of joint where such adhesion would result in sealant failure. Provide
self-adhesive tape where applicable.
2.06 MISCELLANEOUS MATERIALS
A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion Fit
of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -
substrate tests and field tests.
B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of
sealants and sealant backing materials, free of oily residues or other substances capable
of staining or harming joint substrates and adjacent nonporous surfaces in any way, and
formulated to promote optimum adhesion of sealants to joint substrates.
C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and
surfaces adjacent to joints.
PART 3 — EXECUTION
3.01 EXAMINATION
A. Examine joints indicated to receive joint sealants, with Installer present, for compliance
with requirements for joint configuration, installation tolerances, and other conditions
affecting joint -sealant performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
JOINT SEALANTS
07920 - 6 z
i.- I
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
-- SILENT WINGS MUSEUM
I_
3.02 PREPARATION
A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to
comply with joint -sealant manufacturer's written instructions and the following require-
ments:
1. Remove all foreign material from joint substrates that could interfere with adhesion of
joint sealant, including dust, paints (except for permanent, protective coatings tested
and approved for sealant adhesion and compatibility by sealant manufacturer), old
joint sealants, gaskets, oil, grease, waterproofing, water repellents, water, surface
dirt, and frost.
2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning,
mechanical abrading, or a combination of these methods to produce a clean, sound
substrate capable of developing optimum bond with joint sealants. Remove loose
particles remaining after cleaning operations above by vacuuming or blowing out
joints with oil -free compressed air. Porous joint substrates include the following:
a) Concrete.
b) Masonry.
c) Unglazed surfaces of ceramic tile.
3. Remove laitance and form -release agents from concrete.
4. Clean nonporous surfaces with chemical cleaners or other means that do not stain,
harm substrates, or leave residues capable of interfering with adhesion of joint
sealants. Nonporous joint substrates include the following:
a) Metal.
b) Glass.
B. Joint Priming: Prime joint substrates based on preconstruction joint -sealant -substrate
tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written
instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or
migration onto adjoining surfaces.
C. Masking Tape: Use masking tape where required to prevent contact of sealant with
adjoining surfaces that otherwise would be permanently stained or damaged by such
contact or by cleaning methods required to remove sealant smears. Remove tape
immediately after tooling without disturbing joint seal.
3.03 INSTALLATION OF JOINT SEALANTS
A. General: Comply with joint -sealant manufacturer's written installation instructions for
products and applications indicated, unless more stringent requirements apply.
B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of
joint sealants as applicable to materials, applications, and conditions indicated.
C. Install sealant backings of type indicated to support sealants during application and at
position required to produce cross -sectional shapes and depths of installed sealants
relative to joint widths that allow optimum sealant movement capability.
Do not leave gaps between ends of sealant backings.
Do not stretch, twist, puncture, or tear sealant backings.
JOINT SEALANTS 07920 - 7
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
i.
1. Remove absorbent sealant backings that have become wet before sealant
application and replace them with dry materials. G
D. Install bond -breaker tape behind sealants where sealant backings are not used between
sealants and backs of joints.
E. Install sealants using proven techniques that comply with the following and at the same
time backings are installed:
1. Place sealants so they directly contact and fully wet joint substrates.
2. Completely fill recesses in each joint configuration.
3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow
optimum sealant movement capability.
F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or
curing begins, tool sealants according to requirements specified below to form smooth, -'
uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact
and adhesion of sealant with sides of joint.
1. Remove excess sealant from surfaces adjacent to joints.
2. Use tooling agents that are approved in writing by sealant manufacturer and that do
not discolor sealants or adjacent surfaces.
3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise
indicated. I
4. Provide flush joint configuration where indicated per Figure 513 in ASTM C 1193.
5. Provide recessed joint configuration of recess depth and at locations indicated per
Figure 5C in ASTM C 1193.
1) Use masking tape to protect surfaces adjacent to recessed tooled joints.
G. Installation of Preformed Silicone -Sealant System: Comply with the following
requirements:
1. Apply masking tape to each side of joint, outside of area to be covered by sealant
system.
2. Apply silicone sealant to each side of joint to produce a bead of size complying with
preformed silicone -sealant system manufacturer's written instructions and covering a
bonding area of not less than three -eights inch (3/8"). Hold edge of sealant bead
one-fourth inch (1/4") inside masking tape. ,
3. Within ten (10) minutes of sealant application, press silicone extrusion into sealant to
wet extrusion and substrate. Use a roller to apply consistent pressure and ensure �-
uniform contact between sealant and both extrusion and substrate.
4. Complete installation of sealant system in horizontal joints before installing in vertical
joints. Lap vertical joints over horizontal joints. At ends of joints, cut silicone
extrusion with a razor knife.
3.04 FIELD QUALITY CONTROL
A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows:
1. Extent of Testing: Test completed elastomeric sealant joints as follows:
a) Perform 10 tests for the first 1,000 feet of joint length for each type of elastomeric
sealant and joint substrate.
b) Perform 1 test for each 1,000 feet of joint length thereafter or 1 test per each floor
per elevation.
JOINT SEALANTS 07920 - 8_ ,
is
THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151109-48
SILENT WINGS MUSEUM
2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint
Hand Pull Tab or Field -Applied Sealant Joint Hand Pull Flap in Appendix X1 in
ASTM C 1193, as appropriate for type of joint -sealant application indicated.
a) For joints with dissimilar substrates, verify adhesion to each substrate separately;
do this by extending cut along one side, verifying adhesion to opposite side.
Repeat procedure for opposite side.
3. Inspect joints for complete fill, for absence of voids, and for joint configuration
complying with specified requirements. Record results in a field -adhesion -test log.
4. Inspect tested joints and report on the following:
a) Whether sealants in joints connected to pulled -out portion failed to adhere to joint
substrates or tore cohesively. Include data on pull distance used to test each type
of product and joint substrate. Compare these results to determine if adhesion
passes sealant manufacturer's field -adhesion hand -pull test criteria.
b) Whether sealants filled joint cavities and are free of voids.
c) Whether sealant dimensions and configurations comply with specified
requirements.
5. Record test results in a field -adhesion -test log. Include dates when sealants were
installed, names of persons who installed sealants, test dates, test locations,
whether joints were primed, adhesion results and percent elongations, sealant fill,
sealant configuration, and sealant dimensions.
6. Repair sealants pulled from test area by applying new sealants following same
procedures used originally to seal joints. Ensure that original sealant surfaces are
clean and that new sealant contacts original sealant.
B. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing or
noncompliance with other indicated requirements will be considered satisfactory. Remove
sealants that fail to adhere to joint substrates during testing or to comply with other
requirements. Retest failed applications until test results prove sealants comply with
indicated requirements.
3.05 CLEANING
A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by
methods and with cleaning materials approved in writing by manufacturers of joint
sealants and of products in which joints occur.
3.06 PROTECTION
A. Protect joint sealants during and after curing period from contact with contaminating
substances and from damage resulting from construction operations or other causes so
sealants are without deterioration or damage at time of Substantial Completion. If, despite
such protection, damage or deterioration occurs, cut out and remove damaged or
deteriorated joint sealants immediately so installations with repaired areas are
indistinguishable from original work.
3.07 JOINT -SEALANT SCHEDULE
A. Joint -Sealant Application: Exterior joints in glass unit assemblies.
1. Joint Sealant: Single -component neutral -curing silicone sealant.
JOINT SEALANTS
07920 - 9
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PROJECT NO.20151109-48
2. Joint -Sealant Color: As selected by Architect from manufacturer's full range.
B. Joint -Sealant Application: Exterior perimeter joints between masonry surfaces and frames
of doors, windows and louvers.
1. Joint Sealant: Single -component neutral- and basic -curing silicone sealant.
2. Joint -Sealant Color: As selected by Architect from manufacturer's full range.
END OF SECTION 07920
SEALANTS 07920 -10
THE CITY OF LUBBOCK, LUBBOCK, TX
SILENT WINGS MUSEUM
PART 1 - GENERAL
PROJECT NO.20151109-48
SECTION 15150
SANITARY WASTE AND VENT SPECIALTIES
(Vent Pipe Extensions)
1.01 SECTION INCLUDES
A. Plumbing vent pipe extension fittings.
1.02 RELATED SECTIONS
A. Division 07 Section Membrane Reroofing Preparation 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 (INCLUDING LATEST REVISIONS)
A. ASTM International (ASTM):
1. 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):
1. Universal Plumbing Code (cUPC US and Canada) approvals.
C. National Roofing Contractors Association (NRCA):
1. NRCA Roofing Manual, Latest Edition.
D. NSF International (NSF):
1. 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.
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.
SANITARY WASTE AND VENT SPECIALTIES
15150 - 1
No Text