Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2013-R0235 - Contract - CS Advantage USAA Inc.- Civic Center Roof Replacement - 07_23_2013 (2)
Resolution No. 2013-RO235 July 23, 2013 Item No. 5.6 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 11384 for Lubbock Memorial Civic Center roof replacement project, by and between the City of Lubbock and CS Advantage USAA, Inc., of College Station, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on July 23, 20 TSON, MAYOR ATTEST: Rebec a Garza, City Secr ary APPROVED AS TO CONTE T: jil n Scott Snider, Assistant City Manager Community Services APPROVE- AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs/RES.Contract-CS Advantage July 8, 2013 BID SUBMITTAL FORM LUMP SUM PRICE CONTRACT DATE: Z—� & ITB 13-11384-TF — Lubbock Memorial Civic Center Roof Replacement Project Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Lubbock Memorial Civic Center Roof Replacement Project, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplids; 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 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 for the prices stated below. ITEM NO. DESCRIPTION LUMP SUM 1 Roof Sections A, D2, D3, D5, D6, D7, D8, D9, E, F1, F2, F3, G 1, G2, G3 and H: Work shall include priming of existing roof membrane with asphalt primer. Raise all mechanical equipment and service lines to eight inch minimum height above finished roof surface. Work shall also include all HVAC and electrical, piping disconnect and reconnection. Roof Sections B and C: Work shall include removal of existing roof membrane and insulation down to substrate. Work shall also include all HVAC and electrical, piping disconnect and reconnection. Roof Sections D1 and D4: Work shall include removal of existing roof membrane and insulation down to substrate. Work shall also include all HVAC and electrical, piping disconnect and reconnection. Base bid consists of the materials and labor necessary for improvements to three sections of the roof, as specified herein. TOTAL LUMP SUM %, 3Z9, 000 00 Bidder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 280 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him LZ Bidder's Initials Enclosed with this bid is a Cashier's Check or CertifiIj Check for Dollars ($ ) or a Bid Bond in the sum of f5 6 Q,13 Dollars ($ which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (I0) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Cz) e Secretary Bidder acknowledges receipt of the following addenda: 4�S7 Company, /��y Ad res,s o <P G/Yc ZOS city County xMf 7-7,9y.5 State Zip Code Telephone: /0 - 77/-07,20 Fax: A/D - 579- 2157 Addenda No. _� Date_ FEDERAL TAX ID r SOCIAL SECURITY No. Addenda No. Date 7z3�� y sy Addenda No. Date // // Addenda No. Date EMAIL:�✓/IOt/1 ,/ Z, 6" NI/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I Other (Specify) Contract is viewable in file. i 12ewlutw NO• V '3- IPA a36 BOND CHECK BEST RATING LICENSV�D IN TEXAS DATE:$11 11 BY: tb CONTRACT AWARD DATE: July 23, 2013 CITY OF LUBBOCK SPECIFICATIONS FOR Lubbock Memorial Civic Center Roof Replacement Project ITB 13-11384-TF CONTRACT 11384 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompM.com Phone: (806) 763-7770 ity of lubbock TEXAS ._I CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE city of )bo&kTEXAS ADDENDUM 1 Change of Specifications/Drawing. Rooftop Makeup Air Handling Unit ITB 13-11384-TF Lubbock Memorial Civic Center Roof Replacement Project DATE ISSUED: June 28, 2013 CLOSE DATE: July 8, 2013,1:00 P.M. The following items take precedence over specifications for the above named Invitation re for Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the Engineers ADDENDUM NO. 1, attached. All requests for additional information or clarification must be submitted in writing and directed: Teofilo Flores, P.O. Box 2000, Lubbock, Texas 79457. Questions may be faxed to (806)775-2164 or Email to TKFlores@mylubbock.us THANK YOU, TeofiCo ,'Cores CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Purchasing Manager if anX laneuaize. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this bid documents to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. ---a th P.O. Box 2000 ® 1625 13Street ® Lubbock, TX 79457 ® 806.775.2171 ® Purchasing and Contract Management r: PAGE INTENTIONALLY LEFT BLANK _z pp 5 LU C d TKO z 7302 82n° St. Suite 14 Lubbock, TX 79424 806.833.6953 / FAX 806.833.8539 www.armko.com Texas Registered Engineering Firm #6498 DOCUMENT 00910 - ADDENDUM ONE (1) ROOF REPLACEMENT PROJECT — LUBBOCK MEMORIAL CIVIC CENTER City of Lubbock, Owner Owner Project No.: 20130501-48 Issue to: All registered plan holders Addendum Date: June 28, 2013 A. NOTICE TO BIDDER: 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. The date for receipt of bids for this project is unchanged by this Addendum, at same time and location. 4. The attached revisions shall be made part of the construction documents: a). Addendum from BSA Consulting Engineers, PLLC dated June 28, 2013. END OF ADDENDUM ONE (1) DOCUMENT 00910 - ADDENDUM 00910 - 1 L_ PAGE INTENTIONALLY LEFT BLANK ROOF REPLACEMENT LUBBOCK MEMORIAL CIVIC CENTER LUBBOCK, TEXAS BSA Consulting Engineers, PLLC Texas Firm Registration No. F-4415 BSA Project No. 2013-064 ADDENDUM �-zv3 JUNE 28, 2013 NOTICE TO BIDDERS: The following shall be incorporated in and become a part of the original Drawings and Specifications of the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal. Mechanical Items: Item 1: Refer to the attached Specification for the Rooftop Makeup Air Handling Unit. Item2: On the drawings, Sheet M1, make the following changes on the Heat/Vent Unit Schedule: A. The CFM should be 30,000. B. The TSP shall be 2.0" (ESP value on schedule is approximate only). End of BSA Mechanical Addendum ROOFTOP MAKEUP AIR HANDLING UNIT SPECIFICATIONS I " PART I — GENERAL A. GENERAL Furnish and install where shown on the plans, United Metal Products Welded Frame custom air handling unit, or equal. The unit shall be manufactured in strict accordance with the specifications. Unit shall be complete with components and accessories as specified. Unit must meet physical dimensions, and opening sizes as listed in the schedule or shown on the drawings. If a unit with different physical dimensions is substituted, it is the responsibility of the contractor to make all necessary modifications to the existing infrastructure to accommodate the differences. All site conditions must be verified prior to ordering the unit. B. CERTIFICATIONS Manufacturer shall provide certified component ratings conforming to the latest edition of AMCA 210, 300, 301, 500 and ARI 410 for coils. C. CODES AND STANDARDS Air handling unit must conform to the latest edition of the following: 1. Air Movement and Control Association, Inc. (AMCA): a. Fan manufacturer's ratings shall be based on tests conducted in accordance with AMCA standard 210, and licensed to bear the AMCA certified ratings seal for air performance. b. Fan manufacturers sound power levels shall be established by testing and rating in accordance with AMCA standards 300 and 301. c. Test Method 500 for Louvers and Dampers. 2. Air-conditioning and Refrigeration Institute (ARI): Comply with applicable ARI codes including the following: 410 Forced -Circulation Air-cooling and Air -heating Coils. 3. National Electrical Manufacturers Association (NEMA): All electrical components and assemblies must comply and be selected with NEMA standards or "IEC" when specified. 4. National Fire Protection Association (NFPA): Air handling unit internal insulation must have a flame spread rating not over 25 and smoke developed rating no higher than 50 complying with NFPA 90A, 90B and ASTM E84 test methods. Additionally, NFPA 70, "National Electrical Code," as applicable for installation and electrical connections of ancillary electrical components of air handling units. 5. Sheet Metal and Air Conditioning Contractors' National Association, Inc. (SMACNA): Comply with applicable SMACNA standards. Page I 6. ETL Testing Laboratories, Inc. Central station air handlers. For outdoor use. 7. Underwriters Laboratories, Inc. (UL): Except for motors, provide electrical components required as part of air handling units, which have been listed or approved by UL. 8. American National Standards Institute (ANSI): Provide fan bearings in compliance with ANSI/AFBMA 9 — Load Ratings and Fatigue Life for Ball Bearings. Provide filters in compliance with ANSI/UL 900 listing. PART II — GENERAL DESCRIPTION A. UNIT CONSTRUCTION Outdoor unit on this project shall be fiarnished with a pitched (Y standing seam) roof. Factory fabricated air handling units shall be constructed of prime quality G90 galvanized steel, formed outer panels secured to an integral, welded tubular structural steel frame such that exterior panels are non -load bearing. Exterior panels shall be removable without affecting the structural integrity of the unit. Side and roof panels fastened and caulked to each other. All units shall come complete with a welded 1I- gauge structural tube steel base around the entire perimeter. Outdoor AHUs shall have wall and roof panels constructed of minimum 18-gauge, G90 galvanized steel, suitable for use outdoors. Indoor units furnished with extra gasketing and/or caulking will not be acceptable for outdoor application. Custom air handling units shall be factory assembled and shipped in one piece, except when trailer physical limitations prevent such shipment. When this occurs, units will be shipped in sections for field assembly by others. The manufacturer shall furnish all necessary gasketing and hardware for weatherproof reassembly in the field by others. Unit roof curb, where applicable, shall be furnished by the unit manufacturer unless specified otherwise. Curb: shall be fabricated of # 12-gauge steel and shall be unitized welded construction with an integral wood nailer. Cant strip and insulation by others. Units shall be factory tested under UL standard 1995 and labeled with either UL, ETL or CSA. Walkway bar grating shall be provided over floor openings where plenum supply fans and access doors are provided. Bar gratings shall be manufactured by welding the cross bar/bearing bar intersection with automated forge welding machines to provide a strong secure, permanent connection. Standard welded grating is manufactured from ASTM A-569 carbon steel and is available in a plain or serrated surface. Grating shall have bearing bars spaced at 1-1/8" c.c. and cross bars at 4" c.c. for spans up to 2'-6" only. Minimum free area shall be 78%. B. UNIT $ASE / FLOOR / FRAMEWORK Page 2 Unit base frame shall be heavy duty 11-gauge galvanized rectangular steel tubing, fitted with C-Channel cross support members. The base shall include a Double i Bottom 2 inch thick insulated floor. Base rails shall be fitted with lifting lugs as required. The unit base floor shall be heavy-duty walk-on type fabricated from 14- gauge galvanized steel with a 18-gauge galvanized steel underliner. Floor insulation shall be 2" 1-1/2 # density board completely encapsulated between the two layers. The unit base shall be self -flashing when the unit is set on the roof curb to prevent water from penetrating the building interior. Unit frame shall be constructed of 16-gauge 1 x 2 galvanized tubular steel, fully mig welded to form a unitized framework for support of all internal components. C. EXTERIOR CASING (DOUBLE WALL CONSTRUCTION) Provide required structural frame and casing to withstand 6" minimum external static pressure. Panels shall be gasketed and secured to the tubular steel frame with'/o" hex head, zinc plated industrial fasteners. Exterior panels shall not affect the structural integrity of the unit. All exterior panels shall be constructed from 18-gauge G90 galvanized steel. Standing seam panelized construction without a welded tubular frame is not acceptable. To prevent deterioration of the galvanized steel and for ease of disassembly if needed, no welding shall be performed on the casing panels. D. CASING INTERIOR LINERS Units that are double wall construction shall have a 22-gauge G90 galvanized steel liner. The entire double wall panel shall be removable from the outside of the unit without affecting the structural integrity of the unit. E. ACCESS DOORS Man size access doors shall be provided on all sections which require access for maintenance or service. Unit shall be supplied with galvanized steel, 18-gauge double wall, hinged doors. Door frames shall be extruded aluminum. Formed steel frames are not acceptable. Access doors shall be flushed with the outside of the unit and shall have EPDM solid rubber seals and fitted Ventlok 260 handles that can be opened from the inside. Knurled knob -type latches are not acceptable and form -type flat, neoprene gaskets are not an acceptable seal. To insure the safety of maintenance personnel, doors not openable from inside of the unit will not be acceptable. Access doors must be able to swing a full 180' open to allow complete and full access. Each door shall come with a 304 stainless steel locking device for security. F. FINISH Casing panels shall be coated with an epoxy -based primer and thermally cured to achieve a dry film thickness of 0.15 — 0.20 mils, to promote good adhesion to the galvanized substrate. The beige topcoat is applied at a thickness of approximately 1.60 mils and thermally cured to achieve a dry film thickness of 0.80-0.90 mils, The paint system described above has been tested to meet the following stringent criteria for weatherproof and corrosion protection, as described below: Specular Gloss ASTM D-523 75 minimum Adhesion ASTM D-3359 2 T no tape off Page 3 Mortar Resistance ASTM C-267 No Effect Detergent Resistance ASTM D-2248 No Effect 20% Muriatic Acid ASTM D-1308 No Effect Acid Rain Keseternich Pass 10 Cycles Alkali Resistance 5% Keseternich No Effect Salt Spray ASTM B-117 Passes 1000 hrs. Humidity ASTM D-2247 Passes 1000 hrs. No blister, crack or peel Humidity Cabinet ASTM D-4585 Passes 1000 hrs. South Florida Exposure ASTM D-2240 Less than 5 NBS units UV Type-B ASTM D-822 Passes 500 hrs. Chalk Resistance ASTM D-649 #8 Rating Certain unit internal components where required are electrostatically powder coated with epoxy based paint and thermally cured at 375°F Hand -sprayed and air-dried based painting systems are not acceptable. If a certain manufacturer's coating does not comply with the above -specified standards of the painting system, their coating system must be reviewed and accepted in writing by the mechanical engineer prior to bid. G. FANS 1. Type PF (Plenum Fan) SWSI fans shall be Class I or Class II and shall have airfoil blades and (L50) 200,000 hour life bearings at maximum RPM of the cataloged class. The bearings shall be self -aligning, grease lubricated pillow block type. Fan shaft shall be turned, ground and polished solid steel rated at maximum RPM below critical speed. Fan wheel and sheaves shall be keyed to the shaft. Fan shall be IRD balanced at design RPM to a vibration velocity less than or equal to .075 inches per second measured at each bearing pad prior to shipment with belts and drive in place. Fan wheels shall be fabricated of heavy gauge steel. Plug fan capacities and curves shall be based on tests of complete assemblies, including housings, in an AMCA 300 certified test facility. They should not be estimates or extrapolations from free standing fan data. Fan shall be rated in accordance with AMCA 210 for performance and AMCA 300 for sound. Backward Inclined flat blades are not acceptable as a substitute for Backward Inclined airfoil blades. Submit individual fan selection with performance and sound information. Fan sizes shall be minimum as listed in the schedule. 2. Fans, motors and drives shall be internally spring isolated by the unit manufacturer on a fully welded structural channel or angle steel base complete with fan flex connections. Formed steel bases are not acceptable. Provide seismically restrained isolators with 1" or 2" deflection as specified. H. MOTORS NEMA Design B T-FRAME MOTORS ARE MOUNTED ON AN ADJUSTABLE BASE. Motors shall be tested to IEEE standard 112 test method B and NEMA 12.58.2 and 12.59 table 12-10. Motors on VFDs shall have inverter duty, Inverter Spike ResistantTM (ISR) WIRE. Page 4 TYPE: Open Drip Proof (ODP) VOLTS: 460/3 Phase RPM: 1750 EFF: Premium MAKE: Baldor Motors shall be manufactured in the USA Motor sizes shall be as indicated on the schedule. I. DRIVES VP "Variable Pitch" drives shall be furnished on motors up to 10 HP and fixed pitch on 15 HP and above. V-belt drives shall be selected at 150% of motor nameplate horsepower. Drive manufacturer shall be Browning, or equal. AHU manufacturer shall provide: a. One set of sheaves for change -out (if required) after final balancing. b. One extra set of belts for each fan. J. HEATER SECTION Include for heating an Integral Face & Bypass hot water coil as manufactured by Wing. Coil shall have the scheduled capacity and of construction type as herein specified. Coil shall be designed and constructed to maintain +/- 2 degree F leaving air temperature within the control range and +/- 5% constant air pressure drop through full modulation. Coils shall be freeze proof type with a low limit fan lockout switch. Coil shall operate with wild water flow below 65 degrees F (adjustable). Water Headers shall be of non-ferrous materials using seamless copper tubing with intruded tube holes to permit expansion and contraction without creating undue stress or strain. Vent connections shall be provided at the highest point to assure proper venting. Primary Surface shall be round, seamless copper tubing brazed into the intruded header tube holes, using copper brazing alloys. Tubes shall be staggered in the direction of airflow. Tubes shall be on 1-1/2" centers. Secondary Surface shall consist of rippled aluminum plate fins for higher capacity and structural strength. Fins shall have full drawn collars to provide a continuous surface cover over the entire tube for maximum heat transfer. Bare copper tube shall not be visible between fins and the fins shall have no openings punched in them to accumulate lint and dirt. Tubes shall be mechanically expanded into the fins to provide a continuous primary to secondary compression bond over the entire finned length for maximum heat transfer -rates. Casings shall be constructed of continuous galvanized steel with 3/8" diameter bolt holes for mounting on 6" centers. Coil side plates shall also be of continuous galvanized steel of reinforced flange type for greater strength and ease of stacking coils in banks. Coils shall have connections provided for universal right- or left-hand airflow applications. Coils shall be circuited to provide the maximum mean effective Page 5 temperature difference for maximum heat transfer rates. The use of internal restrictive devices to obtain turbulent flow will not be acceptable since they prevent complete draining of the coil and give high water pressure drop. All coils exceeding 45" FL shall be furnished with four fin angles to properly position the coil core. Tests —Complete coil core shall be tested with 315 pounds air pressure under warm water and guaranteed for 250 PSIG working pressures. Individual tube tests and core tests before installation of header is not considered satisfactory. Hydrostatic tests alone will not be acceptable. Capacities shall be as indicated in the schedule. K. DIRECT EVAPORATIVE COOLING SECTION 1. Direct evaporative cooling section shall include evaporative media, stainless steel sump, pump and housing (all parts in contact with water), and a copper water distribution header. All stainless material shall be properly isolated with a 100% solid preformed synthetic polymer -based adhesive/sealant tape conforming with performance requirements of AAMA 807.3-92 to prevent dissimilar metal contact. Sealant shall meet the stringent criteria, as described below. Surface Cracking, Bond Loss, Staining 77' F — 21 days 180' F —14 days 140' F — 21 days with UV Sag 180' F —14 days Vehicle Migration, 77' F — 21 days Low Temperature Flexibility Heat Resistance, 190' F Service Temperature Water Resistance Shrinkage None None None None None No cracking or adhesion loss No blistering, flow or loss of adhesion -600 F — 2120 F No voids, cracks, separation or breakdown None 2. The media shall be CELdek media, evaporative media of 12-inch thick section. Media shall be cross -fluted, self-cleaning design with a saturation efficiency of not less than 90% at 400 to 500 feet per minute face velocity. Operating face velocity at listed capacity shall not exceed 500 feet per minute. 3. The pump and distribution system shall be sized for 1.2 times the maximum design water flow rate and shall include cleanable drain connections. Pump shall be self -priming. All piping and distribution shall be schedule 40 PVC fittings. Provide a maximum of 78" high media section. If higher is required, a secondary distribution system will be provided. Provide manual valve for distribution header. Provide a variable area calibrated flow meter (when specified). Provide a balancing valve. Drain and overflow connections shall be stainless steel Page 6 t_. couplings, continuously welded to the sump. Drain line shall be 1" and overflow to be 1-1/2" minimum. Fill lines shall be %2" minimum controlled by a heavy-duty bronze float valve. 4. Valve seat, disc and stem shall be corrosion -resistant and renewable. All connections shall be internally piped to the outside of the unit. 5. Wet section shall be provided with a flush line piped into the sump overflow. The bleed function shall be controlled with a normally closed solenoid valve and 24- hour adjustable 48-position timer. Timer shall be fully adjustable to increase or decrease the number of bleed events based on water conditions at the site. 6. The sump tank is to be a corrosion -resistant #304 stainless steel reservoir. All stainless steel shall be isolated from dissimilar metals with Preformed synthetic polymer -based adhesive/sealant tape as described in paragraph 1 above. Sump shall be factory leak tested. Submersible Sump Pump Furnish and install a submersible stainless steel pump. The pump shall be designed so that the pump shaft horsepower (BHP) shall not exceed motor rated horsepower throughout the entire operating range of the pump performance curve. Pump shall be built to operate whether fully or partially submerged. Casing and Impeller. Major parts of the pumping unit shall be manufactured of stainless steel. The casing, motor frame and fasteners shall be manufactured of 304 stainless steel. The impeller/diffuser material shall be thermo plastic-noryl GFN(2). The impeller shall be semi -open design. The pump(s) shall have a discharge size of 1-1/4" NPT. Shaft Seal. The pump shall be furnished with a non -mechanical double oil seal (rubber). Motor. The pump motor shall be a minimum 1/3 H.P., 0.3 K.W., 115 Volt, 60Hz single phase. Motor shall be air filled with Class F insulation and shall be of split capacitor design. The motor shall be supplied with built-in thermal protection with automatic reset and shall be rated for continuous duty. Motor shaft shall be 303 stainless steel. Motor Cable. Pump motor cable shall be suitable for submersible pump applications. Cable shall have 10 feet UL/CSA approved "water resistant" #16 AWG cord. L. FILTERS Factory fabricated filter sections shall be of the same construction and material as the unit. Provide TWO SPARE SETS of filters. Extended surface pleated type pre -Filters These filters are 4" nominal thickness and shall have an average atmospheric dust spot efficiency range of 30% per Page 7 ASHRAE standard 52.1 test methods. E filters shall be suitable for VAV systems with operating face velocity ranges to 500 FPM for 4" filters. Media — High -loft, non -woven cotton/synthetic blend Media Support — Diamond -shaped expanded metal Pleat Design — Radial wedge type Frame — Moisture -resistant chipboard with perforated steel support grilles. Medi-Pack — Must be sealed to prevent air bypass and adaptable for use in side access housings M. FILTER GAUGE Filter bank shall be furnished with a Dwyer series 2000 magnehelic gauge with weathershield to protect it from ultraviolet damage to gauge face. N. INLET / EXHAUST / RETURN DAMPERS Dampers shall be low leakage type, furnished and installed by the unit manufacturer. Unless otherwise specified, dampers shall have airfoil galvanized steel blades and a 5" deep extruded galvanized frame. Non -airfoil blades are not an acceptable alternate. Dampers shall be opposed blade low leakage construction type rated not more than 5 cfm per square foot of surface area at 4 inches W.G. static pressure. Blade edge seals shall be extruded double edge design with inflatable pocket to assist in blade -to -blade seal off. Blade seals shall be mechanically locked -in extruded blade slots and field replaceable. Adhesive or clip -on blade seals are not acceptable. Bearings shall be non -corrosive molded synthetic type. Axles shall be hexagonal to provide a positive locking connection to both blades and linkage. Round axles are not an acceptable alternate. Linkages are to be concealed in the frame. Damper performance data shall be in accordance with AMCA standard 500 and tested in an AMCA-approved laboratory. Actuators shall be furnished, mounted and wired by the control contractor in the field unless otherwise specified. O. OUTSIDE AIR INLET LOUVERS Louvers shall be galvanized of the double drainable type and shall have a powder coated finish to match the air handling unit. Louvers shall be complete with a %" x .051 galvanized bird screen. Louvers shall be tested in accordance with AMCA Publication 511. P. MARINE LIGHTS Marine lights shall be provided inside the air handling unit sections. They shall be connected to "On -Off' switches located for ease of access within their respective sections. They shall be properly wired and grounded. Liquid -tight flexible metal conduit is not an acceptable alternate for %z" thin wall metallic conduit. Marine lights a shall consist of a die cast aluminum housing and globe guard enclosing a vapor resistant clear glass globe which is fully enclosed and gasketed. These outlets and lights shall be on a 120v electrical circuit separate from the unit power service. Q. VARIABLE FREQUENCY DRIVE Standard Features Page 8 1. UL Listed 2. CSA Approved 3. 40-Character Multi-lingual Alphanumeric Display for • Output Frequency • Speed (RPM, %, or user programmable) • Motor Current • Calculated Motor Torque • Calculated Motor Power • DC Bus Voltage • Output Voltage • Heatsink Temperature ff and °C) • Elapsed Time Meter • KWh Meter • Parameter Data • Fault Text • Warning Text • Supervision Text 4. RS-485 Communications 5. Serial Modbus Protocol 6. Two (2) Analog Inputs 7. Six (6) Programmable Digital Inputs 8. Two (22) Programmable Analog Outputs 9. Three (3) Programmable Form C Relay Outputs 10. Adjustable Filters On Analog Inputs and Outputs 11. Input Speed Signals • Current 0(4)-20mA • Voltage 0(2)-10 VDC • Increase/Decrease Speed Contacts • RS=485 Communications 12. Start/Stop • 2 Wire (Dry Contact Closure) • 3 Wire (Momentary Dry Contacts) • Application of Input Power 13. All Control Inputs Isolated From Ground and Power 14. Protection Circuits • Over Current • Ground Fault • Over Voltage • Under Voltage • Over Temperature • Adaptable Electronic Overload 15. Input Line Fuses 16. Stall Protection 17. Underload Function 18. Three (3) Current Limit Circuits 19. Electronic Reverse 20. DC Injection Braking 21. DC Hold Page 9 22. Auto Restart -Customer Selectable and Adjustable 23. Two (2) Independently Adjustable Accel and Decel Ramps 24. Linear Or three (3) "S" Curve Accel/Decel Ramps 25. Ramp or Coast To A Stop 26. Programmable Maximum Frequency 27. Integral Programmable PI Set point Controller 28. Mathematical Functions on Analog Signals 29. Seven (7) Preset Speeds 30. Five (5) Critical Frequency Lockout Bands 31. V/Hz Shape • Linear • Squared • Automatic 32. Start Functions • Ramp • Flying Start . • Automatic Torque Boost 33. Automatic Slip Compensation (selectable) 34. IR Compensation — Manual or Automatic 35. Automatic Extended Power Loss Ride Through (selectable) 36. DC Line Reactor Variable Frequency Drive shall carry a 3-Year Warranty. R. ELECTRICAL 1. Provide a single -point electrical connection at the unit with NEMA-3R enclosure. The Control Panel shall have a through -the -door, fused main disconnect switch that will disconnect unit power and control power. A separate 120v power circuit shall be provided for convenience outlets and section lights. 2. The Control Panel shall contain the required control power transformers, fuses, fuse clips, hand -off -auto switch and numbered terminal strips required to accomplish the control sequence that follows (see Sequence of Operation). 3. The high -to -low voltage transformer shall be provided to power control circuits. All primary and secondary transformer circuits shall be fused as required per NEC. 4. Single-phase motors, where scheduled shall have a NEMA-rated magnetic starter. 5. All wiring in the unit shall be run in metal conduit or liquid tight (3 foot maximum) with rain -tight fittings. 6. Smoke detectors when required shall be furnished, remote mounted and wired by others. 7. The above applicable items shall be completely installed and wired at the factory according to NEC code. Units shall bear a nationally recognized testing laboratory label and shall be factory tested in accordance with UL Standard 1995. Page 10 S. CONTROL SYSTEM AND SEQUENCE OF OPERATION Unit shall be controlled, as specified, by the existing Teletrol control system serving the Banquet Hall air units. If the number of available control points in the existing system is insufficient, provide a new stand-alone, BACnet compatible, control system for this new air handling unit. All control components shall be provided and installed by the Controls Contractor. Each unit shall contain smoke detector, safeties, transformers, fuses, etc. as required. Smoke detectors shall be installed by the Controls Contractor located in the unit inlet and discharge and shall be connected to shut down the unit fan when smoke is detected. The safety low limit thermostat shall be activated at all times and shall control the hot water supply valve so that the valve shall be OPEN, drain the sump and makeup water line and de -energize the evaporative water pump when the outside air temperature reaches 40 degrees F, whether the fan is in operation or not. The fan shall be OFF, when the leaving air temperature reaches 35 degrees F. The control system shall be interlocked with the unit power system so that the operating control system shall be ON, when the fan is ON and OFF when the fan is OFF. The switch on the Kitchen wall that operates the exhaust fans shall be connected so that the makeup air unit fan shall operate in LOW SPEED, when one exhaust fan is ON and in HIGH SPEED, when both exhaust fans are ON. The exhaust fan serving the Dish washing area will be operated from it's wall switch, but will not be connected to the makeup air unit. Provide and install a thermostat on the wall adjacent to the exhaust fan switches. When the outside air temperature is below 65 degree F (Adjustable), the hot water coil supply valve shall be OPEN, the return air damper shall be CLOSED and the outside air damper shall be OPEN, when the fan is ON. The temperature in the Kitchen space will be controlled by the thermostat by modulating the face and bypass dampers on the hot water coil. When the outside air temperature falls below 40 degree F the return air damper shall OPEN and the outside air damper shall close to 50% OPEN. When the the outside air temperature rises above 70 degrees F, the return air damper shall be CLOSED and the outside air damper shall be OPEN, when the fan is ON. When the outside air temperature rises above 75 degrees F, the return air damper shall be CLOSED and the outside air damper shall be OPEN and the evaporative water pump in the evaporative section shall be ON, when the fan is ON. PART — III A. INSTALLATION The unit shall be installed on the roof and the outlet connected to serve the existing supply ducts to the kitchen and dish washing areas. Return outlets shall be connected with ductwork to the return air inlet through the roof to the unit. Hot water supply and return shall be connected from the building mains to the unit. Domestic water and drain from the air washer section. Electric power supply shall be connected for power and control. Page 11 Ductwork shall meet SMACNA standards. Hot water piping shall be schedule 40 black steel to match existing. Makeup water and drain shall be Type L copper to match existing. Insulation shall match existing. Electrical work shall meet National Electrical Code. B. EXECUTION 1. Factory test entire unit after assembly for capacity and vibration prior to shipment. 2. The manufacturer shall provide within the unit, a detailed pre -shipping inspection checklist completed at the factory. Provided also will be a pre -start checklist and commissioning record which must be completed and faxed back to the manufacturer within 30 days of start up to validate the factory warranty. END OF SECTION Page 12 PAGE INTENTIONALLY LEFT BLANK Y Contractor Checklist Beiifre submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. i Carefully read and understand the plans and specifications and properly complete the BID SUBMI"TTAL FORM. Bid submittal forth 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 for the prices stated below Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. i 2. Include BID BOND or CASIBER'S OR CERTIFIED CIIECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 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. i" 5. 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 CONTRACTOR'S STATEMENT OF QUALIFICATIONS. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firin's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. __ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE, MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND. THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE. THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. G S 61) IV6 TriGIE 0ISDfl il(/t (Type or Prink Company Name) 1 PAGE INTENTIONALLY LEFT BLANK INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. LUMP SUM BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 3-5. STATEMENT OF QUALIFICATIONS 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 2 PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS ITB 13-11384-TF Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. CST on July 8, 2013, 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: Lubbock Memorial Civic Center Roof Replacement Project After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 P.M. CST on July 8, 2013, and the City of Lubbock City Council will consider the bids on July 25, 2013, 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 bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on June 26, 2013 at 10:00 A.M. CST., in the Terrace Suite, Lubbock Memorial Civic Center, 1501 Mac Davis Lane, Lubbock, TX. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductionco=any.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's 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 bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, a disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the 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 Mvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Lubbock Memorial Civic Center Roof Replacement Project per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 P.M. CST, on July 8, 2013 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "ITB 13-11384-TF, Lubbock Memorial Civic Center Roof Replacement Project" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held on June 26, 2013 at 10:00 A.M. CST., in the Terrace Suite, Lubbock Memorial Civic Center, 1501 Mac Davis Lane, Lubbock, TX. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsyiic.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock B ry shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 1 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB 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 bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 6 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The bidder 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 bid, the bidder certifies and represents to the City the bidder 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 bid. 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 bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasiniz and Contract Management Office if anv lanauaue, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. Teofilo Flores, Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsyne.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 280 Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. s 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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 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 Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. I' ` 19 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. �g 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 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. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result [ 9 of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 10 s 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate 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 bidders' 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 bidder'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 the contract requiring an inspector shall not be performed on weekends 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 Sunday 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 Sunday 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 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or 30 31 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 changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for "13-11384-TF, Lubbock Memorial Civic Center Roof Replacement Project" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. 12 (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Item 1 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council -, members or City staff. This policy is intended to create a level playing field for all potential y 13 PAGE INTENTIONALLY LEFT BLANK BID SUBMITTAL FORM LUMP SUM PRICE CONTRACT DATE: Z� ITB 13-11384-TF — Lubbock Memorial Civic Center Roof Replacement Project 7 1�J Bid of �t� (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: r The Bidder, in compliance with your Invitation to Bid for the construction of Lubbock Memorial Civic Center Roof Replacement Project, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to fumish 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 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 for the prices stated below. ITEM NO. DESCRIPTION LUMP SUM t Roof Sections A, D2, D3, D5, D6, D7, D8, D9, E, F1, F2, F3, G 1, G2, G3 and H: Work shall include priming of existing roof membrane with asphalt primer. Raise all mechanical equipment and service lines to eight inch minimum height above finished roof surface. Work shall also include all HVAC and electrical, piping disconnect and reconnection. Roof Sections B and C: Work shall include removal of existing roof membrane and insulation down to substrate. Work shall also include all HVAC and electrical, piping disconnect and reconnection. Roof Sections Di and D4: Work shall include removal of existing roof membrane and insulation down to substrate. Work shall also include all HVAC and electrical, piping disconnect and reconnection. Base bid consists of the materials and labor necessary for improvements to three sections of the roof, as specified herein. TOTAL LUMP SUIvI 1, 3Z9, 00o.06 Bidder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 280 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 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. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified }}Check for Dollars (S ) or a Bid Bond in the sum of yf s G,4 I:jn Dollars (S I've which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, 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 bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTCiS'T': Secretary Bidder acknowledges receipt of the follov.ing addenda: Date: _ L ,?-1 W (Pri'nfe-d or Typed Name) Company Address v C f ,fZDS City County �x f 1 7 7 911 State Zip Code Telephone: Fax:_ O 5Tl'a15� Addenda No. Date Addenda No. _ Date_,��--/`� FEDERAL TAX eI�D r SOCIAL SECURITY No. Addenda No. Date ? 72 3, ` S51 - Addenda No. Date_ _ EMAIL:_ N11"'BE: Firm: Woman 131ack American Dative American Ifis anic American Asian Pacific American Ocher S eci PAGE INTENTIONALLY LEFT BLANK m BID BOND (Percentage) KNOW ALL PERSONS BY THESE PRESENTS, That we CS Advantage USAA, Inc. of College Station, Texas hereinafter referred to as the Principal, and Continental Casualty Company as Surety, are held and firmly bound unto City of Lubbock Of , hereinafter referred to as the Obligee, in the amount of ----------------------------Five Percent of Amount Bid---------------------------------------------------------------------------------------------- -------------- ----------------- ------- for the -("'"""'-5 °""); payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Lubbock Memorial Civic Center Roof Replacement Project, ITB 13-11384OTF _^Mrnrf 114RA NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or M contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 8th day of July 2013 Principal Farm F459 &2001 L _; PAGE INTENTIONALLY LEFT BLANK POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By 'These Presents, That Continental Casualty Company, an Illinois insurance company. National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading. Pennsyln auia. a Pennsylvania insurance company (herein called "the CNA Companies"), are dull organized and existing insurance companies ha%ing their principal offices in the Cit% of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constittne and appoint Peggy Gonzalez, David C. Hughston. Christopher Hughston, Maria V Edwards, individually of Brownsville, TX, their true and lawful Attorney(s)-in-Fact a ith full power and authinity hereby conferred fo sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments rare signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-l..aw and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to he signed by their Vice President and their corporate seals to be hereto affixed on this 22nd day of April, 2013. GAS tJg4rl %HSUR4 wee Continental Casualty Company &4- National Fire Insurance Company of Hartford GOAPoaarF ; s4twearaTfo -;a American Cam alty Company of Reading, Pennsylvania v SEAL 1902 y t 897 � HAR�� • � Patti T. Bruflat Vice President, State of South Dakota, County of Minnehaha, ss: On this 22nd day of April, 2013, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that 4 he resides in the City of Sioux Falls, State of South Dakola; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casually Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies: that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies anti that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR -r p SOUTH DAKOTA -16 t- My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE I, D. Bult. Assistant Secretary of Continental Casualty Company, an Illinois insurance company. National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading. Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law ruin Resolution of the Board of Directors of the insurance companies printed r,n the ren erse hereof is still in force. In testimony whereof I have hereunto2&c3tibed uny name and affixed the ,eal of the said insurance companies this i_ 8th day of July_ CZ Continental Casualty <ry tNSUq of Y National Fire Insurance Company of Hanford GppFORarF . ' s�orretmgTfn American Cu,ualt_y Company of Reading, Pennsylvania F • 'J $ JULY 31, , u SEAL 19➢2 a __ t 85': � HAt�� s • � ID Z.� D. Bult Assistant Secretary Form F6333-4%20 t Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL. CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and b) authority of the following resolution duly adopted by the Board of Directors of the Company al a meeting held on lila) 12, 1995: "RESOLVED: That any Senior or Group Vice President may authority an officer to sign specific documents. agreement, and instruments on behalf or the Company provided that the name of such authorized officer and a dc.<criplion of the documents, agreements or instruments that such officer may sign will be provided in writing b) the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys Ott behalf of ('ontittenlal Casually Company. This Power of Attorney is signed and ,ealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'h day of April, 2012: j "Whereas, the bylaws of Cite. Company or spL ific resolution of the Board of Directors has authorized carious officers (the "Authorized Officer.-") to execute various policies, bonds. undertakings and other obligatory instruments of like nature. and Whereas, from tittle to time, the signature of the Authorized Officer;. in addition to being provided in original, hard copy format. may be provided via facsimile or otherwise in an electronic- format (collectively, "Electronic Signatures"). Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall he valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS 01; NATIONAL FIRE. INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10. 1995: "RESOLVED: That any Senior or Group Vice President may authorize in officer kf sign specific documents, agreement, and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instrument% that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is sigued by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resoltnion to execute power of attorneys on behalf' of National fire Insurance Company of Hartford. This Power of Attorney is signed and scaled by Facsimile under and by the authority of the following Resolution adopted b) the Board of Directors of the Company by unanimous written consent dated the 25'h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligator- instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectivet, "Electronic Signatures'); Now therefore be it resolved: [fiat the Electronic Signature of any Authorized Officer shall be valid and binding on (he Company." ADOPTED BY THE BOARD OF DIRECTORS OF ANIERICAN CASUALTY COMPANY OF READING. PF.NNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10. 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided (hill the name of %uch authorized officer and a description of the documents, agreements or instruments that such officer may sign ' will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective. - This Power of Alrorney is signed by Paul 'r. Bruflat, Vice President. who has been authorized pursuant to the above resolution io execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile tinder and by the authority of fhe f illowing Resolution adopted l±y flu Board of Direclors of the Company by unanimous written consent dated the 25'h day of April. 2012: "Whereas. the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies. honds, undertakings and ether obligatory, instruments of like nature; and y1 hercas, from time to time, the signature of the Authorised Officers, in addition to being provided in original, hard copy format, may he provided %i:t facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"i: Not therefore be it resolved: that the Electronic �rgaature of any Authorized Officer shall be vdid and binding on the Company." CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the Cite of Lubbock, I %x-ill be able to, within ten (10) business dads after ng notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all oftheCrs remen s� is bid. Signature) CONTRACTOR'S BUSINESS NAME: ZAr4w i j '5 / /`T, (Print or Type) CONTRACTOR'S FIRM ADDRESS: �C�} �nX7 b /G T//x - - - - -- .%e -12 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID 13-11384= I'F — Lubbock Memorial Civic Center Roof Replacement Project PAGE INTENTIONALLY LEFT BLANK SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code. and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, Cit) of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents 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 bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD). the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. in order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder. or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO Z< If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. N14 0' __ !�_ Bidder's initials QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspcnsiortrevocations of state or federal licenses, or registrations, tines assessed, pending criminal complaints, indictments. or convictions, administrative orders. draft orders, final orders, and judicial final.judgments. YES NO� If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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. OIJESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted. within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid 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. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 1 certify that t have made no willful nmisrepresentations in this Questionna statements and answers to questions. 1 am aware that the information gi investigated, with my full permission, and that any misrepresentations or orris Title n ormation in my questionnaire shall be bid to be rejected. H SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for eoods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 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. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: ,CJ�'f!/UIN 1 �fC FEDERAL TAX ID or SOCIAL SECURITY No. i Signature of Company Official: / Printed name of company official signin T .`� e c v Date Signed:` %3 3 PAGE INTENTIONALLY LEFT BLANK r, 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 Jinn'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?lp/��� C. SAFETY: Does the organization stress and support safety as an important function of the work process? 1?ele� 306 D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? � es (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? if so, submit as Attachment "A". F*113e ,<e ld� P( ywd (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". 01.,ra� See lvficAnie.4 -P �_��� 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? { ,0.s 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 judgment 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 OWNNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firms 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 O\VNI ER for any additional costs or damages to the OWNER resulting from such t misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As AL Business Address of Principle Office %( 78y'S Telephone Numbers 77/ -0 7 Q Main Number vZ 10 - 837-5501 Fax Ntimber Web Site Address Form of Business (Check One) A Corporation A Partnership An fndividual ► : loom Date of Incorporation -//1'- 6;2 - a 0 o State of Incorporation .Xtqs Chief Executive Officer's Tame President's Name Vice President's Namc(s) Business Address 0 e(fo, Average dumber of Current Fulf Time j Average Estimate of Rewnue Emcees I the Current Year 2 Contractor's Organizational Experience Organization Doing Business As P-M 0C Business Address of Regional Office Name of Regional Office Manager b614N Telephone Numbers 7 71- 07;2 Main Number 837 - 5501 Fax Number Web Site Address 0 List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date List of companies. firms or organizations that own any part of the organization. MIA Name of companies, firms or organization Percent Ownership Years ex rn probe similar to the proposed project: As General Con As a Joint venture Va. Has t '--or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? 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 ears? 130 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'? PD Iv 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? (f 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? IV IV D If yes provide full details in a separate attachment. See attachment No, [-J Contractor's Proposed Key Personnel A / Organization Doing Business As / Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of keyy pe onnel. Include this chart at an attachment to this description. See attachment No. rban` t✓h (t�Bl111S0( �z?(Ujc f- Eraesit Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of pro se d key personnel and alternates. Include this chart at an attachment to this description. See attachment No. f aNiZA4fu-Ai Chiwl- r�s ( o ervT - n.scot- 6� t4,auAPJ , -irw6, of Opmti}1bw-- 5a.iorn8n �u.Paru(Sc,,- Of Piv,d_ Erne&li 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 [here the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager — 6alorna'A 10417n Project Superintendent F=2&5 ) 4?f Project Safety Officer SQ, pf� Q (O,, Quality Control Manager Cr-9 1 10,r If key personnel are to fiulfrll 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 tirne that will be devoted to each role. If the individual is not to be devoted solely to [his project, indicate how time it to be divided between this project and their other assignments. 4 ff u Proposed Project Managers Organization Doing Business As Name of Individual Allf Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager j f Number of similar projects in other positions (/ F Current Project Assignments i [ op Sc pt S - 70fA of Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 0 % u f3 rJ>1a,� 0 9'. .� TIAvlf 0 % 07, O /O /3 Reference Contact Name Information(listing names indicates ap oval to contacting the names individuals as a reference R Name Am e Cnw Title/ Position k r Title/ Position oa A t&4iomq 460r, Organization rW- INU Telephone - O 7 8 Telephone 2- 79- qOAfH E-mail hdrAw 0 arm ga, eco, E-mail ?,-nan04a,-1,udJrA. Project Project rIn Candidate role on Project Alternate Cahcfidate Name of Individual 1 �jQ (v'�`�.�rr��.�� Candidates role t onProiect fa ACT (Or}salfdr& 11B t Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions f Current Project Assignments "ikd ow., N-ro l pWA�0- (SO fQa.,;, Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date al o wakr pnrkpA die -tom- D o `- 5` Sa604.:-v jow4i4i re-nx4c 5070 IN Name 11 m Name 'n2r Title! Position og eo' osa Title/ Position rdGf Organization Aelhkn Ind. Organization f Telephone a- � �-) t Telephone ►+ z{ - a(a E-mail prtn Q o E-mail bcrin Choi* , torn Project i Q Q Project /p t Q Candidate role oil Project £ /� bf� W l f411" Candidate role on Project `- w T&r 3! Proposed Project Superintendent Organization Doing Business As Name of Individual tiJ��,( ix Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent { Number of similar projects in other positions E Current Project Assignments FShaflawdw Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date oW a�rr nr try( - o - Reference Contact Information (listing names indicates ap, oval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization M h. GOA, Organization m Telephone H_ 2- 120I Telephone - 2 E-mail InKo rn E-mail enih Project }, Project Candidate role on Project 10 Name of Individual 1 1�Q�5ltt fCn`" Candidate role !�-�l on Project it!/1fQ t0 0 Years of Experience as Project Superintendent Years of Experience with this organization (r Number of similar projects as Superintendent Number of similar projects in other positions _ _L�ia + Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Apisou Awes E,�, ��L, ---- — JS- )3 NameSr tv I)fA ¢r I Name (--)req cAfrbll Title/ Position ice P r Title/ Position a• oAgxi Qni- Organization Art-ho• N 3, Organization Telephone 004 - 7 81 38 Telephone KM, lPot- E-mail or 0, iq rM ho to E-mail gm D, Cam Project A ho KA K Project EA Candidate role on Project �. ��ou 00 rs(A tw Candidate role on Project VLT 6 et4 he Wit assisnpd fv i his �vb Proposed Project Safety Officer Organization Doing Business As Name of Individual �Si AlC `1kyV) N pr/ti�} Years of Experience as Project Safety Officer KAr Years of Experience with this organization Mtvtms Number of similar projects as Safety Officer i- Number of similar projects in other positions j (: f Current Project Assignments jp schools Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date �� �+ ►� tl + t i 1IL tl l• �� �� t, e• tt � t Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name Name I Title/ Position ► ► + Title/ Position t + Organization t + I ' Organization t Telephone ► + Telephone .. E-mail t+ ► ► E-mail t Project ► ► Project t Candidate role on t Project Name of Individual Candidate role + ► on Project rr eAo Years of Experience as Project Safety Officer r Years of Experience with this organization ( rv70r+ S Number of similar projects as Safety Officer Number of similar projects in other positions pi f Current Project Assignments OIbnI t2e-rvd cd t,,t/} (e-(w Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ►i ► ►I- t << t Name ►. Name ►� Title/ Position Title/ Position , ► Organization ' Organization . Telephone ► ` iele hone + ' E-mail t ` F-mail + Project ► , Project ` Candidate role on Project + t Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Name of Individual i fih 'USAA I Ivic Years of Experience as Quality Control Manager r Years of Experience with this organization rn"Allo. Number of similar projects as Quality Manager (� Number of similar projects in other positions !j Current Project Assignments !ltnlD,w,; t e- 4 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name (t Name t( Title/ Position t Title/ Position Organization Organization �t Telephone tt Telephone t t E-mail E-mail ` t Project Project ` Candidate role on Project Name of Individual t Candidate role t on Project e t o Years of Experience as Quality Control Manager r Years of Experience with this organization Number of similar projects as Quality Manager C)+ Number of similar projects in other positions 00 f Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date a Name : t Name Title/ Position Title/ Position + Organization < < Organization Telephone Telephone i E-mail E-rail +- Project Project Candidate role on Project m Candidate role on Project A 9 Contractor's Project Experience and Resources Organization Doing Business As Upay-x a Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A F& S Provide a completed Project Information form (Attachment B) For projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Wb Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Fi Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas; I . Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment ,, 9. Meetin HUB / MWBE Participation Goal - wv* I:q2,fe 76 14t9 J3Cfc1t?i� Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bull Lease a t' 7111 (Sc S What work will the organization complete using its own resources? J< Aetl / e4l What work does the organization propose to subcontract on thisproject? S' Contractor's Subcontractors and Vendors Organization Doing Business As C5 Aw&nA�6,F Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts Name Work to be Provided 1st. Percent of Contract HUB/MWBE Firm Fi p Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above usina the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Li A11W caul (1 M1m M1/' 4�/p� t° Project Name % �j . General Description of•Project: ,lA ide •'Pbt>`^ Project Cost („ wo Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name o/Jxi, Zvi IA r' bnxa/� d4ri /.9lD /r�r Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Title/ Position Organization Telephone Owner /J ,/1e-o,' 7;'4_ 6&0 '4fCQ2. (,E�-mail rt SorJ t` cc d. edj i Designer 1„�fi ?i/ IL Arfe9' c/3 moala �SPAj'SQCConstruction Manager,-yj �f�, �'rqy Project Owner LProject Name � jay a,t,��S pr»e✓ff� /Jyu General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name rn ar—, r ! I�t - Gt /� 1 t?�io C 77 0 alb ti ' e vo CAS I a Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization - Telephone E-mail Owner A IM1Af> nwngS t rU" z13�,9- 68q' I�17 m, tS Designer (1Y) 4 �+tJrIS cof CorsaE{r�t C C �ti &- 7M' 3ROAr0Mh 4brh Construction Manager CAMI f t i t Project Owner Project Name L o uC &, l ES f cj1 General Description of Project: Project Cost UQ QDQ I Date Project Completed (� Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name �9 �1D+ric�� (}tivJPj Riltk ii,,�� Ctrs' [ 7� AI(IAd Reference Contact Information (listing nwnes indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner :e)eec .five pat Slr,dbn t?iti15 Designer Peter :5a Aer uif&� 13- %5- 060 S02i' om Construction Manager Pett' q herJ` ` i ( i % ` i 1.0J enn l eec Irformi0o■ .. »: .•:.r'„n, , �+. r .,: ' ,� it i�:�4� �: •.i. �r ..w .�i!f m J i. . �� �I U I E N r• II+� ,k li w it I�lIIVWIMP IF r e { • lu a 4 ,. R df. w� .ff! &:2 �1u, 4.'�R::°Y3'"+'•g1"eA,t`11yf§✓4�i�(`..- ��p:a1;`fL:�Y.�„Y,,YY.`:-�,r'tii6i'�"k ";2.5`".,`J'-�'iL. s ,4. Al to I.AkjvYl"j+ -05 gab F�-'] L���' [__- �__�' --�- r--� F--T- [--7 -�-` r--- r--- '--�- [___| [---1 �__] [__� F--1 F---1 �--1 Prolect [nfornmtion Project Owner a . Project Warne_? , General Mscription ofProject ft)61 Budget History Schedule Performance Amount % of Sid AmounBid Date Days 11 GOD, Notice to Proceed ' - :I c Change Orders Contract Substantial Completion Date at Notice>to Proceed ; :D Owner Enhancements Contract Final Completion Date at Notice, to Proceed Unforeseen Conditions ChangeOrder Authorized Substantial Completionilata N a Design Issues 43 Change Order Authorized Final Completion Date JA Total Actual I Estimated Substauitial Completion Date - / Final Cost oD 000 Actual l Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control 7vlaatagcr Natnc yA lAl�tMmuel CA Percentage, of Time Devoted tothe Project 0/ 1 DD `�� {gip *4, Proposed for this Project Did Individual Start and Complete the Project? eS t4 es es I f not, who started or completed the project in their place Reason for change. Name Position Organization Telephone E-mail Owner 7Title/ Q cal- - -1 Designer- J {CJ �aO fern Construction Manager �• Sure of Issues f Total Amount involved in 7NP=!OA) Resolved Issues tU Q ` N - 13,1hi&i-ne Number of Issues Total Amount 'involved in j s'erndfn �� Resolved Issues �+ LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID 13-11384-TF — Lubbock Memorial Civic Center Roof Replacement Project LIST OF SUB CONTRACTORS Company Name Location Services Provided _TQQ) 4 L ; Company Address City, County State Zip Code Telephone: T'T i Q-T Fax: s'.- i C.' '"; T 4 1z 2 �g'i Minority Owned Yes No ❑ r� ❑ 911, ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ El 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO I I PAGE INTENTIONALLY LEFT BLANK BID 13-11384-TF — Lubbock Memorial Civic Center Roof Replacement Project FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name 1. iJ�r, _�,��1 �✓ Location Services Provided 1�..�6�1� � Tom/' �. Yes ❑ No .e- 3. 2-tz�l 4, T e1010l4 -5FIWM ❑ -r_r 4. ❑ ❑ S. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ Comma i WPOAW,'YWM dd �ress ( , &,x z 2/n� '814 ?- Cty� �r County . State — Zip Code Telephone: w - 771- 6.7:z 0 Fax: a I P? - r1" 79- 02 c 57 THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 2 PAGE INTENTIONALLY LEFT BLANK u H Best's Credit Rating Center - Company Information for Continental Casualty Company Pagel of 2 Continental Casualty Company 01 Print this page (Z) A.M. Best 0: 002128 NAIL Or: 20443 FEIN 8: 362114545 Address: 333 South Wabash Avenue Floor 22 Chicago, IL 60604 United States Web: www.cna.com Phone:312-822-5000 Fax:312-822-6419 Based on A.M. Best's analysis, 050177 - Loews CoromtIon is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings View all of the companies assigned this rating as a part of an AMB Rating Ulyt. Best's Credit Rating Analyst Financial Strength Rating View Definition -- Rating: Financial Size Category: XV ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: January 11, 2013 Initial Rating Date: June 30, 1922 u Demxes Under Rea risers Realm Long -Term Issuer Credit Rating,View Definition _ Long -Term: a Outlook: Stable Action: Affirmed Effective Date: January 11, 2013 Initial Rating Date: June 21, 2005 Assigned to companies SeSt3T that have in our opinion, i an excellent ability to meet their I ongoing insurance obligations. Office: A.M. Best Company, OkWck NJ Senior Financial Analyst: Brian O'Larte Managing Senior Financial Analyst: Jennifer Marshall, CPCU, ARM Related Financial and Analytical Data The following links provide access to related data records that A.M. Best utilizes to provide financial and analytical data on a consolidated or branch basis. 086431 Continental Casualty g mpanv CAB Represents financials for the Canada Branch of this legal entity. Reports and News _ Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M. Best Group. 107AMB Credit Report - Insurance Professional - Includes Bests Financial Strength Rating and rationale along with comprehensive analytical commentary, 1 detailed business overview and key financial data. Report Revision Date: 7/8/2013 (represents the latest significant change). Q « ? Historical Reports are available in AMB Credit Report - Insurance Professionbl Archive. �7 Best's Executive Summary Reports (Financial Overview) - available In three versions, these presentation style reports feature balance sheet, income statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2013 Besrs Statement File - P/C, US Contains data compiled as of 8/14/2013 oueuty Croce Checked. • Single Company - five years of financial data specifically on this company. Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies you select. Composite - evaluate this company's financials against a peer group composite. Report displays both the average and total composite of your selected peer group. Besrs Key Ratino Guide Presentation Report - includes Best's Financlal Strength Rating and financlal data as provided in the most current edition of Besrs Key Rating Guide products. (Quahty cross Checked). Financial and Analytical Products Besrs Insurance Reports - Online - P/C. US & Canada Best's Key Rating Guide - P/C, US & Canada Besrs Statement File - P/C, US Besrs Executive Summary Report - Composite - Property/Casualty Besrs Executive Summary Report - Comparison - PrQoerty/Casualty Besrs Statement File - Global Besrs State Line - P/C. US Besrs Reaulatory Center Market Share Reports Besrs Corporate Chances and Retirements - P/C. US/CN Besrs Insurance Expense Exhibit (IEE) - P/C. US Besrs Schedule P (Loss Reserves) - P/C. US Besrs Recuiatory Center Best's Schedule D (Comorate Bonds) - US Besrs Schedule D (Common Stocks) - US Besrs Schedule D (Municipal Bonds) - US Besrs Schedule D (Preferred Stocks) - US Best's Schedule F (Reinsurance) - P/C, US No Text Best's Credit Rating Center - Company Information for Continental Casualty Company Page 2 of 2 8 Best's Schedule D - Hybrid - P/C & L/H. US Bests Schedule DA (Short Term Investments) - P/C & UH. US European Union Disclosures A.M. Best Company and its subsidiaries are not registered as External Credit Assessment Institutions (EGAD in the European Union (EU). Credit ratings Issued by A.M. Best Company and its subsidiaries can not be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, Including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. A.M. Best Asia -Pacific Ltd is registered as a Credit Rating Agency in Australia and holds a Financial Services Licence number 411055 under the Corporations Act of 2001, A.M. Best Asia -Pack Ltd credit ratings and any other related research are not intended for and must not be distributed to any person in Australia other than a wholesale client, as defined in the Corporations Act of 2001, Chapter 7. The A.M. Best websites are not intended for use by Australian users who are not defined as wholesale users. Important Notice: Best's Ratings reflect our Independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire nouce for complete details. Customer Service I Product Support I Member Center I Contact Info I Careers About A.M. Best ( Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing Copyright 0 2013 A.M. Best Company, Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headquarters, Ambest Road. Oldwick, New Jersey, 08858, U.S.A. M No Text PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK Bond #929 575 125 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) CS Advantage USAA, Inc. 1OW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Continental Casualty Company :reinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the oligee), in the amount of Oae-Million Three.Htmdred Twenty -Eight Thousand Dollars (S1.328,NQ_) lawful money of the uted States for the payment whereof the said Principal and Surety bind themselves, and their heirs, administrators, Tutors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the M! day of July. 13 to Ii B 13J 1384 JF CS Advantage USAA Inc d said principal under the law is required before commencing the work provided far in said contract to execute alb; the amount of said contract which contract is hereby referred to and made apart hereof as fully and to the-:saim cxteri if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Pff ' , .:shall ithfully perform the work in accordance with the plans, specifications and contract documents, then this ob!iga' Ii > al 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 mas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said ticle to the same extent as if it were copied at length herein. IN WITN( ESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 1{s- ry of /t�LO , 20U �Yy ' By: i e Ch opher Hughston Att rney-in-Fact CS Advantage USAA, Inc. 1 -.IUGI I (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby desigMteSr,hristopher Hughston 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. Continental Surety *By Approved as to Form City of ck By. City Attorney act * Note: If signed by an Office 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. No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that CS Advantage USAA, Inc. (hereinafter called the Principal(s), as Principal(s), and Continental Casualty 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 One -Million Three -Hundred Twenty -Eight Thousand Dollars ($1,328,000} 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 the 23id day of July, 2013. to ITB 13-11384TF CS Advantage USAA. Inc. 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; PROVI)ED, 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 2013. Conti nent4k6WualtyaWany CS Advantage USAA, Inc. Surety (Company Name) inue) Christ her Hughston Att6r ,ey-in-Fact Y (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Christopher Hughston 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. r Surety Approved as to form: City of By: wz__� City Attorney act ny * Note: If signed by an Office 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 No Text POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Peggy Gonzalez, David C Hughston, Christopher Hughston, Maria V Edwards, Individually of Brownsville, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 22nd day of April, 2013. ►148UR4 oe F GOAPORArF. C �� �I�ORPOR4TFG .� s � IDLY 11, v SEAL 1897 HAR Continental Casualty Company National Fire Insurance Company of Hartford American Cas alty Company of Reading, Pennsylvania lie?!, Paul T. Bruflat Ar Vice President State of South Dakota, County of Minnehaha, ss: On this 22nd day of April, 2013, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. y---- J. MOHR A&IN NOTARY PUBLIC SOUTH PUBLIC S L AKOTA My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this,_ day of �(t�ft2�1I �Pv cAs�Gr� CggPORP,;E Z. D U SEAL 1897 Form F6853-4/2012 `off v< Continental Casualty Company �a90 National Fire Insurance Company of Hartford �arFo American Casualty Company of Reading, Pennsylvania JULY n, �a • D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No. 929 575 1125 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 to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Form F6944 No Text CSADVAN-01 MEDWARDS 14111% ,_--R�� CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 8/13/213/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hughston Insurance Agency, Inc. P.O. Box 8550 Brownsville, TX 78526-8550 CONTACT NAME: Mary Edwards pA"/c°NN Ext : (956) 542 4387 FAX No : (956) 542-8335 E-MAIL ADDRESS: MarY@hiains.net INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Starr Surplus Lines Ins. Co. INSURED CS Advantage USAA, Inc. PO Box 12407 College Station, TX 77845 INSURER B: Travelers Insurance INSURER C: Torus National Insurance Co 25496 INSURER D: Texas Mutual Insurance Company 22945 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER- REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCEADDLSUBR LTR POLICY EFF POLICY EX POLICY NUMBER MM/DD MM/DD LIMITS GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FK OCCUR I E GEN'L AGGREGATE LIMIT APPLIES PER: O LOC PRCj POLICYL11 SLPG-GL00789-02 4/28/2013 4/28/2014 EACH OCCURRENCE PREMISES (Eaoccurrence)$ MED EXP (Any one person) PERSONAL 8, ADV INJURY GENERAL AGGREGATE PRODUCTS -COMP/OP AGG $ 1 000,00 100,00 $ 5,00 $ 1,000,00 $ 2,000,00 $ 2,000,00 $ AUTOMOBILE LIABILITY B X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS F BA-9A215232-13-SEL 1/13/2013 1/13/2014 i ( COMBINED SINGLE LIMITccident Ea a BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident $ 1,000,00 $ $ $ $ X UMBRELLA LIAR C EXCESS LIAB OCCUR CLAIMS -MADE — 07847B132ALI 4/28/2013 4/28/2014 EACH OCCURRENCE AGGREGATE $ 3,000,00 $ 3,000,00 DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY D ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N / A (Mandatoryin NH) If yes, describe under DESCRIPTION OF OPERATIONS below TSF0001211645 4/28/2013 4/28/2014 X I WC STATU- OTH- TCRY LIMITSI ER E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1,000,00 $ 1,000,00 $ 1,000,00 I I i DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Re: ITB 13-11384-TF CS Advantage USAA, Inc. Additional Insured Endorsement is shown on General Liability Policy on a Primary & Non -Contributory basis as per Endorsements CG2010 (10/01) and CG2037 (10/01) & on Business Auto Policy as per CAT420 (07/06). Waiver of Subrogation Endorsement is shown on Workers Compensation policy as per WC420304A (01/00), on General Liability as per CG2404 (10/93) and on Business Auto as per CAT420 (07/06). CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORD Purchasing &Contract Management AA ITH THE P LICY PROVISIONS. c/o Teofilo Flores 1625 13th Street Room 204 AUT777--- Lubbock, TX 79401 ©1 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered mar s of ACORD 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 Principal(s), as Principal(s), and (hereinafter called the (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 One -Million Three -Hundred Twenty -Eight Thousand Dollars ($1,328,000) 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 the 23'd day of July, 2013, to ITB 13-11384-TF CS Advantage USAA, Inc. 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 2013. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) t_ The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office 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 PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK 1 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 (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 One -Million Three -Hundred Twenty -Eight Thousand Dollars ($1,328, 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 the 23rd day of Julv, 2013, to ITB 13-11384-TF CS Advantage USAA, Inc. and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2013. Surety * By (Title) (Company Name) By: (Printed Name) (Signature) (Title) Y The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an Office 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 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDERS RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Y Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General 4 ' Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ', ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. PAGE INTENTIONALLY LEFT BLANK ti, CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-paint normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 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 (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (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; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT PAGE INTENTIONALLY LEFT BLANK CONTRACT 11384 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23rd day of July, 2013, 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 CS Advantage USAA, Inc. of the City of College Station, County of Brazos 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: ITB 13-11384-TF Lubbock Memorial Civic Center Roof Replacement Project 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 Conditions of Agreement. CS Advantage USAA, Inc.'s bid dated July 2, 2013 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 bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: Company O.-Sj Address 1 `2 -1 City, State, Zip C (OL ATTEST: Corporate Secretary pgN �p11c.s}UOVP� •; #�' Pam' i_= NotoN M 1 m�s23 2pl b : e•. MV o10 CITY OF LUB AS (OWNER): By: Gl o on, Mayor A EST: Je Reb ca Garza, City Secre ry APPROVED AS TO CONTENT: Fieddy Chavezivic 'ervicesJlWctor colt Snider, Assistant City Manager Z&S TO FORM: Chad Weaver, Assistant City Attorney PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK 'a GENERAL CONDITIONS OF THE AGREEMENT 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 CS Advantage USAA, Inc. 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, City of Lubbock, or its representative Freddy Chavez, Civic Services Director, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall 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 Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "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 shall 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 Office 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. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative 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 the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, 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. 0 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 are 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. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING i The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or 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 shall 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 4 ._ 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age 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 b 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 shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the herein specified, the Contractor shall if so ordered in writing, increase its force orequipment, or both to progress p g,, such an extent as to give reasonable assurance of compliance with the schedule of progress. �i g., 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an _ insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the -- subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED TO ON AUTO/GENERAL LIABILITY ON A PRIMARYAND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO r THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCT'S AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Comp/Op AGG Contractual Liability Personal Injury & Adv. Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 1 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 shall 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and r ' (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; 9 Lei, (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall 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 bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; 10 (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.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 (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: 11 `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this j contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, 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 12 satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, 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 Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 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 all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner 13 V may withhold permanently from Contractor's total compensation, the sum of $500 each and every calendar day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 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. 14 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the 15 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. i The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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 31st 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the t 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 17 become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 18 -I 3_B 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do ` business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If 19 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. 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. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 20 DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A Superseded General Decision Number: TX20120262 State: Texas Construction Type: Building County: Lubbock County in Texas. Modification Number Publication Date 0 01 /04/2013 BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Rates Fringes Rates Fringes Rates Fringes BOIL0531-001 01/01/2012 SHEETMETAL WORKER (HVAC Duct and Unit Installation) ........... $ 22.18 WELDERS - Receive rate Boilermaker..$ 23.06 20.28 9.47 prescribed for craft SUTX2009-168 06/03/2009 performing * BRTX0005-003 06/01/2012 operation to which welding CEMENT MASON/CONCRETE is incidental Bricklayer..$ 19.50 1.73 FINISHER ... $ 18.58 0.00 Unlisted classifications CARP0665-002 05/01/2010 ELECTRICIAN ....... $ 18.09 2.36 needed for work not Carpenter ....... $ 20.18 5.56 included within IRONWORKER, the scope of the ENGI0178-004 12/01/2009 STRUCTURAL ........... $ 10.38 classifications listed may be 0.00 added after OPERATOR: Forklift ..............$ LABORER: Common or General ...... $ award only as provided in 21.20 9.35 8.86 0.00 the labor standards contract IRON0263-017 06/01/2012 clauses Ironworker, reinforcing ........ $ LABORER: Mason Tender - Brick ... $ (29CFR 5.5 (a) (1) (ii)). 21.85 5.40 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ PAIN0053-003 04/01/2008 13.81 0.00 Painter - Brush, Roller & Spray .............$ 15.81 4.56 OPERATOR: Grader/Blade .......... $ 12.97 0.00 * PLUM0629-019 09/24/2012 OPERATOR: Loader (Front End) .... $ PLUMBER/PIPEFITTER$ 22.50 12.23 0.00 6.25 ROOFER ............ $ 12.06 0.00 SHEE0049-007 06/01/2011 TILE SETTER ....... $ 8.50 0.00 TRUCK DRIVER ...... $ 10.15 0.00 3 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination LI * 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 �_ 1 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK Project Manual for ROOF REPLACEMENT PROJECT LUBBOCK MEMORIAL CIVIC CENTER Armko Industries, Inc. Texas Registered Engineering Firm F•006498 2 W 7802 82nd Street, Suite 14 Lubbock, Texas 79424 Tel 806.833.6953 Fax 806.833.8539 Z swl v4rosto' city ,ibbo f k May 01, 2013 Project Number 20130501-48 Set Number ROOF REPLACEMENT PROJECT LUBBOCK MEMORIAL CIVIC CENTER CITY OF LU13BOCK LUBBOCK, TEXAS ARMKO INDUSTRIES, INC. LUBBOCK, TEXAS MAY 1, 2013 TABLE OF CONTENTS DIVISION 01 GENERAL 100 General Requirements 322 Photographic Documentation 330 Submittals and Substitutions DIVISION 02 SITE CONSTRUCTION DIVISION 03 CONCRETE DIVISION 04 MASONRY DIVISION 06 CARPENTRY 105 Miscellaneous Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION 215 Roof and Deck Insulation 535 Fully Adhered Multi -ply Roof System 591 Membrane Reroofing Preparation 620 Sheet Metal and Miscellaneous Accessories 720 Roof Accessories 920 Sealants DIVISION 08 DOORS & WINDOWS DIVISIONS 09 thru 14 DIVISION 15 PLUMBING 150 Sanitary Waste and Vent Specialties Armko Industries, Inc. Texas Registered Engineering Firm F-OOe498 1 thru 8 1 thru 2 1 thru 6 Not Used Not Used Not Used 1 thru 4 1 thru 6 1 thru 20 1 thru 7 1 thru 8 1 thru 5 1 thru 6 Not Used Not Used 1 thru 3 GENERAL REQUIREMENTS 1.01 DESCRIPTION OF WORK LUBBOCK MEMORIAL CIVIC CENTER SECTION 01100 GENERAL REQUIREMENTS 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. LUBBOCK MEMORIAL CIVIC CENTER 1. Roof Sections A 132 133 135 136 137 138 139 E 171 F2 F3 G1 G2 G3 and H: Work shall include priming of existing roof membrane with asphalt primer. Adhere one-fourth inch (1/4") substrate board as specified. Fully adhere specified SBS modified base sheet, and fully adhere one ply of Thermoplastic Elvaloy@ sheet. Install new miscellaneous carpentry to parapet wall as specified to provide wall (lashings and new metal coping cap as specified. Raise all mechanical equipment and service lines to eight inch (8") minimum height above finished roof surface. Provide a twenty (20) year NDL manufacturer's warranty with no exclusion for up to two inch (2") diameter hail events, 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 B and C: Work shall include removal of existing roof membrane and insulation down to substrate. Mechanically fasten specified base sheet per ASCE 7 criteria, adhere one and one-half inch (1-1/2") specified insulation board and one-fourth inch (1/4") substrate board as specified. Fully adhere specified SBS modified base sheet and fully adhere one ply of Thermoplastic Elvaloy@ sheet. Install new miscellaneous carpentry to parapet wall as specified to provide wall (lashings and new metal coping cap as specified. Raise all mechanical equipment and service lines to eight inch (8") minimum height above finished roof surface. Provide a twenty (20) year NDL manufacturer's warranty with no exclusion for up to two-inch (2") diameter hail events, 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. Roof Sections 131 and 134: Work shall include removal of existing roof membrane and insulation down to substrate. Mechanically fasten specified base sheet per ASCE 7 criteria, adhere one-fourth inch (1/4") on twelve inch (12") tapered insulation board and one-fourth inch (1/4") substrate board as specified. Fully adhere specified SBS modified base sheet, and fully adhere one ply of Thermoplastic Elvaloy@ sheet. Install new miscellaneous carpentry to parapet wall as specified to provide wall (lashings and new metal coping cap as specified. Raise all mechanical equipment and service lines to eight inch (8") minimum height above finished roof surface. Provide a twenty (20) year NDL manufacturer's warranty with no exclusion for up to two inch (2") diameter hail events, 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. GENERAL REQUIREMENTS 01100 - 1 GENERAL REQUIREMENTS 1.02 CHANGES LUBBOCK MEMORIAL CIVIC CENTER A. Changes to specifications and drawings will not be acceptable unless approved in writing by the Owner/Owner's Representative. 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. GENERAL REQUIREMENTS 01100 - 2 GENERAL REQUIREMENTS LUBBOCK MEMORIAL CIVIC CENTER 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. 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. GENERAL REQUIREMENTS 01100 - 3 GENERAL REQUIREMENTS 1.07 SUBMITTALS LUBBOCK MEMORIAL CIVIC CENTER 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. 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 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. GENERAL REQUIREMENTS 01100 - 4 GENERAL REQUIREMENTS LUBBOCK MEMORIAL CIVIC CENTER 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. 1.08 USE OF PREMISES 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 1 the building. ` 2. Assume full responsibility for protection and safekeeping of products stored on 1 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. GENERAL REQUIREMENTS 01100 - 5 GENERAL REQUIREMENTS LUBBOCK MEMORIAL CIVIC CENTER 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. 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. GENERAL REQUIREMENTS 01100 - 6 GENERAL REQUIREMENTS 1.13 ROOFTOP EQUIPMENT LUBBOCK MEMORIAL CIVIC CENTER 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 FIR 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 GENERAL REQUIREMENTS 1.15 DEMOLITION LUBBOCK MEMORIAL CIVIC CENTER 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. 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 it PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL LUBBOCK MEMORIAL CIVIC CENTER SECTION 01322 PHOTOGRAPHIC DOCUMENTATION 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 1.03 SUBMITTALS A. 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. 1. Date and Time: Include date and time in filename for each image. PHOTOGRAPHIC DOCUMENTATION 01322 - 1 PHOTOGRAPHIC DOCUMENTATION LUBBOCK MEMORIAL CIVIC CENTER 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 & Construction Manager. 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 hil PHOTOGRAPHIC DOCUMENTATION 01322-2 SUBMITTALS AND SUBSTITUTIONS LUBBOCK MEMORIAL CIVIC CENTER SECTION 01330 SUBMITTALS and SUBSTITUTIONS PART 1 — GENERAL 1.01 DESCRIPTION A. Work includes: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. 1. Throughout the Work, seal and caulk joints 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"/"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 SUBMITTALS AND SUBSTITUTIONS LUBBOCK MEMORIAL CIVIC CENTER 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 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. 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 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 SUBMITTALS AND SUBSTITUTIONS LUBBOCK MEMORIAL CIVIC CENTER 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, fastener pattern layout, insulation, fasteners and all related materials. 3. Contractor's executed payment and performance bonds as required. 4. Shop drawings of all perimeter and projection details, and sheet metal details approved by manufacturer, for Owner's approval if proposed details differ from those included with this proposal package. These drawings shall be approved by the membrane manufacturer and submitted at the preconstruction conference for Owner review and approval prior to work start. 5. Approved applicator must submit a roof drawing which will be employed in the project if proposed drawing differs from that included with this proposal package. 6. Detailed project sequencing, staging, material loading, manpower plans, and detailed project construction schedule for approval. 7. Sample of warranty that is to be issued upon project completion. 8. Submit list of all mechanical, electrical, rigging, sheet metal, and other Subcontractors with evidence of Subcontractor's insurance coverage in compliance with contract requirements. 9. Project superintendent's resume and project experience list for proposed system. 10. Contractor shall submit written statement that their company or any Subcontractor they may use is not employing workers classified as undocumented workers on this project. 11. Samples of all materials not supplied or prior approved by the roofing membrane manufacturer shall be submitted to the manufacturer for written approval prior to installation start. 12. Submit product data, including detailed test results of material applied to surfaces similar to requirements of this Section. Submit manufacturer's instructions for methods and application procedures. C. Samples and Manufacturer's Submittals: Submit prior to delivery or installation. 1. Samples of all roofing system components including all specified accessories. 2. Submit samples of proposed warranty complete with any addenda necessary to meet the warranty requirements as specified. SUBMITTALS AND SUBSTITUTIONS 01330 - 3 SUBMITTALS AND SUBSTITUTIONS LUBBOCK MEMORIAL CIVIC CENTER 3. Submit latest edition of manufacturer's specifications and installation procedures. Submit only those items applicable to this project. 4. A written statement from the roofing materials manufacturer approving the installer, specifications and drawings as described and/or shown for this project and stating the intent to guarantee the completed project. 5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens. 6. Submit shop drawings, product data and mockups of all sheet metal. D. Samples and Manufacturer's Submittals for Sheet Metal and Miscellaneous Accessories: Submit prior to deliver or installation. 1. Submit shop drawings, product data and mockups of all sheet metal. PART 2 — PRODUCTS 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. 6. Three sets of prints from the final sepias will be returned to the Owner for record. The cost of printing all sepias and all prints is the responsibility of the Contractor. 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. SUBMITTALS AND SUBSTITUTIONS 01330 - 4 SUBMITTALS AND SUBSTITUTIONS LUBBOCK MEMORIAL CIVIC CENTER 2.02 MANUFACTURER'S LITERATURE A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B. Submit the number of copies, which are required to be returned, plus one copy, which will be retained by the Architect/Project Manager. 2.03 MAINTENANCE PROCEDURES A. Maintenance Procedures: Within ten days of the date of Substantial Completion of the project, deliver to the Owner three copies of the manufacturer's printed instructions regarding care and maintenance of the roof. 2.04 SAMPLES A. Provide sample or samples identical to the precise article proposed to be provided. Identify as described under "Identification of Submittals" below. 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. OnIV 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. L B. Accompany each submittal with a letter of transmittal showing all information required for identification and checking. SUBMITTALS AND SUBSTITUTIONS 01330 - 5 SUBMITTALS AND SUBSTITUTIONS LUBBOCK MEMORIAL CIVIC CENTER 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 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 MISCELLANEOUS CARPENTRY LUBBOCK MEMORIAL CIVIC CENTER SECTION 06105 MISCELLANEOUS CARPENTRY 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. Wood blocking, cants, and nailers. 1.03 DEFINITIONS 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. 1.04 SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 4. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Preservative -treated wood. 2. Fire -retardant -treated wood. 3. Power -driven fasteners. MISCELLANEOUS CARPENTRY 06105 - 1 MISCELLANEOUS CARPENTRY LUBBOCK MEMORIAL CIVIC CENTER i 4. Powder -actuated fasteners. 5. Expansion anchors. 1.05 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. 3. Plywood. 1.06 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 or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. 5. Provide dry lumber with nineteen percent (19%) maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 6. Provide dry lumber with fifteen percent (15%) maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 2.02 WOOD -PRESERVATIVE -TREATED MATERIALS A. Preservative Treatment by Pressure Process: AWPA C2 (lumber), except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX). 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and one of the following: a) Chromated copper arsenate (CCA). b) Ammoniacal copper zinc arsenate (ACZA). c) Ammoniacal, or amine, copper quat (ACQ). d) Copper bis (dimethyldithiocarbamate) (CDDC). MISCELLANEOUS CARPENTRY 06105 - 2 l .� MISCELLANEOUS CARPENTRY LUBBOCK MEMORIAL CIVIC CENTER e) Ammoniacal copper citrate (CC). f) Copper azole, Type A (CBA-A). g) Oxine copper (copper-8-quinolinolate) in a light petroleum solvent. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Application: Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2.03 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. 2.04 MISCELLANEOUS LUMBER 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. 5. Furring. B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with fifteen percent (15%) maximum moisture content and any of the following species: 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. 2.05 FASTENERS 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. L , MISCELLANEOUS CARPENTRY 06105 - 3 MISCELLANEOUS CARPENTRY PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL LUBBOCK MEMORIAL CIVIC CENTER A. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, and similar supports to comply with requirements for attaching other construction. C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. D. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. E. Countersink fastener heads on exposed carpentry work and fill holes with wood filler. F. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. 3.02 WOOD SLEEPER, BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. 3.03 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. 1. Fire block furred spaces of walls, at each floor level and at ceiling, with wood blocking or noncombustible materials accurately fitted to close furred spaces. END OF SECTION 06105 MISCELLANEOUS CARPENTRY 06105 - 4 H ROOF AND DECK INSULATION LUBBOCK MEMORIAL CIVIC CENTER PART 1 — GENERAL 1.01 DESCRIPTION SECTION 07215 ROOF AND DECK INSULATION 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 A. American Society of Testing Materials (ASTM) 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) C. (ANSI/SPRI) D. ASCE 7 wind uplift criteria 1.03 QUALITY ASSURANCE A. Regulatory Requirements Classified by Underwriter's Laboratories (UL) as Class A roof covering. 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. ROOF AND DECK INSULATION 07215 - 1 ROOF AND DECK INSULATION LUBBOCK MEMORIAL CIVIC CENTER 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. B. 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 V_J ROOF AND DECK INSULATION LUBBOCK MEMORIAL CIVIC CENTER PART 2 — PRODUCTS 2.01 INSULATION A. All insulation shall be approved in writing by the membrane manufacturer as to thickness, type, and manufacturer. All insulation must be approved for the specific application, Underwriters Laboratory approved. B. 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. Insulation shall be surfaced on two (2) sides with a non -asphaltic facer material. C. Polyisocyan u rate Roof Insulation: Insulation shall be rigid polyisocyanu rate foam board; thickness and LTTR-value shall be a minimum of 1.5" = 9.0; 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. D. Factory Tapered Perlite Insulation: Factory cut twenty-four inch by forty-eight inch (24" x 48") perlite board cut to one-half inch (1 /2") per foot slope used in conjunction with standard thickness of perlite board to provide positive slope to drains. E. 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 1/4" = R of .36 with a nominal board size of 4' x 8', Securock as manufactured by USG, or approved equal. 2.02 BITUMEN 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 ROOF AND DECK INSULATION 07215 - 3 1 ROOF AND DECK INSULATION 2.04 FASTENERS LUBBOCK MEMORIAL CIVIC CENTER 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. B. Heavy Duty Fastener for Steel Applications for 18-22 gauge Steel and Wood Substrates: Shall be a #14 fastener with a minimum .190 diameter shank and a thread diameter of .245 with ten (10) threads per inch and a 30 degree spade point. Fasteners shall be fluorocarbon coated with CR-10 corrosion resistant coating when subjected to 30 Kesternich cycles (DIN 50018) shows less than 15% red rust which surpasses FM Global Approval Standard 4470, as manufactured by OMG Roofing Products, Agawam, MA or approved equal. All fasteners shall be used in conjunction with the manufacturers approved round pressure plate. Fasteners, plates, and/or bars shall be FM approved and listed in the FM Global Approval Guide. PART 3 — EXECUTION 3.01 PROTECTION 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 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. ROOF AND DECK INSULATION 07215 - 4 i] I i ROOF AND DECK INSULATION LUBBOCK MEMORIAL CIVIC CENTER 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. 3.04 APPLICATION OF NEW SUBSTRATE BOARD OVER EXISTING ROOF MEMBRANE A. If existing insulation is not attached according to ASCE 7 criteria, or it is recommended by NRCA or appropriate insulation manufacturers that the insulation itself, if exposed, or the facer, shall not be adhered to, then the new insulation shall be mechanically fastened to meet ASCE 7 criteria as outlined in this specification. B. If the contractor is unable to verify that the existing insulation is attached according to ASCE 7 criteria, or if existing fasteners and/or fastening pattern do not meet appropriate ASCE 7 criteria, contractor shall mechanically fasten existing insulation to meet ASCE 7 criteria prior to installing new insulation. C. After proper priming of the existing modified bitumen roof system, specified insulation shall be bonded to the deck with a 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. 3.05 FULLY ADHERED INSULATION A. Specified insulation shall be bonded to the venting 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. Boards shall be staggered and butted as close as possible with voids over one-fourth inch (1/4") to be filled. 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 second 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. ROOF AND DECK INSULATION 07215 - 5 IN ROOF AND DECK INSULATION LUBBOCK MEMORIAL CIVIC CENTER a 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. 3.08 PROTECTION A. Provide special protection from traffic on completed work. END OF SECTION 07215 ROOF AND DECK INSULATION 07215 - 6 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER SECTION 07535 FULLY ADHERED MULTI -PLY ROOF SYSTEM 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 INSTALLER QUALIFICATIONS A. Roofing Installer must be: 1. Currently prequalified with the Owner in accordance with Owner's prequalification requirements. 2. Currently in good standing with the manufacturer. B. It shall remain each Contractor's responsibility to determine his current status with the manufacturer's certification plan. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. A qualified manufacturer that has been UL Listed and has FM Approvals for membrane roofing systems similar to that used in this project for a minimum of twenty (20) years. 2. Provide Thermoplastic Fleece -Backed Elvaloy Roofing Membrane with a minimum Elvaloy Polymer Content of 30% with the following approvals: a. Underwriters Laboratories Class A Rating b. Factory Mutual 1-90 c. Miami/Dade County Florida NOA d. ICC-ES e. Energy Star Partner f. TDI — Texas Department of Insurance Product Evaluation B. Applicator/Installer: 1. Acceptable to roof material manufacturer for the manufacturer's warranty requirements. 2. Five (5) years successful experience on projects similar in size and scope. 3. Experienced in the type of roofing work required. 4. Successfully completed previous projects warranted by the manufacturer. C. Testing Laboratory Services: Test results shall meet or exceed established standards. D. Comply with governing local, state, and federal regulations, safety standards, and codes. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 1 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER !y 1 1.04 REFERENCES (INCLUDING LATEST REVISIONS) A. American Society for Testing and Materials: 1. ASTM B 209 - 90, Specification for Aluminum and Aluminum Alloy Sheet and Plate 2. ASTM C 719 - 86, Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cycle Movement (Hockman Cycle) 3. ASTM C 794 - 80 (1986), Test Method for Adhesion -in -Peel of Elastomeric Joint Sealants 4. ASTM C 920 - 87, Specification for Elastomeric Joint Sealants 5. ASTM D 312 - 89, Specification for Asphalt Used in Roofing 6. ASTM D 1863 - 86, Specification for Mineral Aggregate Used on Built-up Roofs 7. ASTM D 2178 - 89, Specification for Asphalt Glass Felt Used in Roofing and Waterproofing 8. ASTM D 2824 - 85, Specification for Aluminum - Pigmented Asphalt Roof Coatings 9. ASTM D 4586 - 86, Specification for Asphalt Roof Cement, Asbestos Free 10. ASTM A 361 - 90, 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 2. SS-A-701 B 3. SS-C-153 4. SS-C-153C 5. SS-R-620B 6. TT-C-498C 7. TT-P-320D 8. TT-S-00227E 9. TT-S-00230C 10. SS-S-001534 (GSA-FSS) 11. L-P-375 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 1.05 SUBMITTALS n 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. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 2 1 .1 I FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 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. l B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions, fprojection conditions, and any additional special job conditions which require details other t 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. 1.06 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 1 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. 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 maintained above 400 F in heated storage. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 3 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER M. No storage of materials shall be permitted on roof areas other than those materials that are to be installed the same day. 1.07 SITE CONDITIONS A. Job Condition Requirements: 1. Apply roofing in dry weather. 2. Do not apply roofing when ambient temperature is below 40° F (4° C). 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. 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. All kettles shall have an automatic thermostat control, and temperature gauge, all in working order. 12. The contractor is to verify the location of all interior ducts, electrical lines, piping, conduit, and/or similar obstructions. The contractor is to perform all work in such a manner as to avoid contact with the above mentioned items. 13. Surface and air temperatures should be a minimum 450 F during applications of cleaner and waterproof coating and remain above 450 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. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 4 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 14. Temporary Sanitary Facilities: The contractor shall furnish and maintain temporary sanitary facilities for employees use during this project. These will be removed after the completion of the project. All portable facilities shall comply with local laws, codes, and regulations. B. Protection of Work and Property: 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. 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. t L FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 5 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 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. 1.08 WARRANTY A. Twenty (20) Year NDL with no exclusion for 2" hail occurrence and wind speeds up to 120 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 120 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 paragraph 1.05 SUBMITTALS for requirements concerning submittals of warranty. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 6 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER PART 2 - PRODUCTS 2.01 GENERAL A. Compatibility: Provide materials that are recommended by manufacturers to be fully compatible with indicated substrates, or provide separation materials as required to eliminate contact between incompatible materials. B. Materials herein specified shall be supplied or approved in writing by the manufacturer issuing the warranty. C. The white polyester reinforced fleece backed adhered Elvaloy@ roofing system shall only be applied by manufacturer approved and trained roofing contractors. D. 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. E. All roofing and roof accessories shall be installed in compliance with manufacturer's current specifications and details. F. All materials used on the project shall be asbestos free. 2.02 ROOFING MEMBRANE A. The white 87 mil polyester reinforced fleece backed Elvaloy membrane shall have the following minimum physical properties. Property Color Thickness Minimum Roll Width Breaking Strength Tearing Strength Elongation Heat Aging Low Temperature Bend Water Vapor Permeability Wt. Change After Immersion Seam Strength Puncture Resistance Static Puncture Resistance Dynamic Puncture Resistance Dimensional Stability Accel. Weathering (Xenon Arc) Fungi Resistance Underwriters Laboratories Factory Mutual Solar Reflectivity Solar Emissivity Solar Reflectance Index (SRI) FULLY ADHERED MULTI -PLY ROOF SYSTEM Test Procedure Physical Properties White ASTM D 751 80 mil Nominal Membrane (Excluding Fleece Backing) 10' Minimum ASTM D 751 632 x 511 Ibf ASTM D 751 85 x 83 Ibf ASTM D 751 45% x 42% ASTM D 3045 >_90% of Original ASTM D 2136 -400 C ASTM E 96 3.5g/m2/day ASTM D 570 0.41 % max. ASTM D 751 >_ 90 % of sheet FTMS 101 C 448 Ibs ASTM D 5602 Pass @ 33 Ibs ASTM D 5635 Pass @ 20 J ASTM D 1204 0.2% ASTM D 2565 10M hrs. (No Change) ASTM G 21 pass no growth Class A Class 1-90 ASTM E 903 0.811 ASTM E 903 0.919 ASTM E 1980 109 07535 - 7 FULLY ADHERED MULTI -PLY ROOF SYSTEM 2.03 FLASHING MEMBRANE LUBBOCK MEMORIAL CIVIC CENTER A. The flashing membrane shall be a white Elvaloy@ polyester reinforced flexible sheet, as follows: Property Test Procedure Physical Properties Color White Thickness ASTM D 751 .063" Nominal Breaking Strength ASTM D 751 412 x 538 Ibf Tearing Strength ASTM D751 111 x 110 Ibf Elongation ASTM D 751 29% x 31 % Heat Aging ASTM D 3045 >_90% of Original Low Temperature Bend ASTM D 2136 Pass @ -40°C Seam Strength ASTM D 751 100 % Accel. Weathering ASTM D 2565 10M hrs. (No Change) Linear Dimensional Change ASTM D 1204 0.5% maximum Wt. Change after Immersion ASTM D 570 0.41% maximum Static Puncture Resistance ASTM D 5602 Pass @ 33 Ibs Dynamic Puncture Resistance ASTM D 5635 Pass @ 20 J Underwriters Laboratories Class A Factory Mutual Class 1-90 Solar Reflectivity ASTM E 903 0.811 Solar Emissivity ASTM E 903 0.919 Solar Reflectance Index (SRI) ASTM E1980 109 2.04 NON -REINFORCED MEMBRANE A. The non -reinforced membrane shall have the following minimum properties, as follows: 1. Description: Non -reinforced thermoplastic white membrane, thickness approximately 45 mils. 2. Use: Inside/outside corners, multiangled intersections, sealant pockets and other conditions where molding of the membrane is required. 2.05 BITUMEN A. Shall be ASTM D 312 Type IV steep asphalt. 2.06 CAULKS A. Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or exceed Federal Specification No. 1 TT-S-00230C, Type II, Class A, ASTM C 920. Where joint surfaces are contained or are contaminated with bituminous materials, provide manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), or approved equal. 2.07 FELTS A. Shall be Underwriters Laboratory approved and listed in the FM Global Approval Guide. B. Shall be SBS base sheet, tested in accordance with ASTM D 5147, as approved by field membrane manufacturer. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 8 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 2.08 INSULATION A. All insulation shall be in compliance with Section 07215 Roof and Deck Insulation. B. 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. 2.09 FASTENERS A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide, and be as recommended by the fastener manufacturer for the specific application. B. 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, as manufactured by Rawl Zamac Nailin, or approved equal. C. Fastener for Steel Deck: Shall be a #14 fastener, fluorocarbon coated, with CR-10 coating. A minimum .200 diameter shank and .250 diameter thread. To be used with round pressure plates or bar, and having a fluorocarbon CR-10 coating, when subjected to thirty (30) Kesternich cycles (DIN 50018) shows less than ten percent (10%) red rust which surpasses FM Global Approval Standard 4470, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. D. Fastener for Purlin: Shall have a shank diameter of .168 and a thread diameter of .205. The purlin fastener will be used with a FM Global approved two inch (2") round steel barbed pressure plate, or approved equal. E. Toggle: Shall be a toggle bolt, fluorocarbon coated, with CR-10 coating. A minimum .215 diameter shank and a minimum twenty (20) threads per inch, with a two and one-half inch (2-1/2") wing span. To be used with bar or round pressure plates, and having a fluorocarbon CR-10 coating, when subjected to thirty (30) Kesternich cycles (DIN 50018) shows less than ten percent (10%) red rust which surpasses FM Global Approval Standard 4470, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. F. Iron-Lok Toggle: Shall be a toggle bolt with a minimum .215 diameter shank and a minimum twenty (20) threads per inch, with a two and one-half inch (2-1/2") wing span. Locking toggle must be coated with a corrosion resistant coating with a factory applied adhesive on the threads which is activated by the assembly forces of the wing during installation. Adhesive must be such that it will cure within twenty-four to seventy-two (24-72) hours after installation into the deck, resulting in a bond between the bolt and the wing. To be used with bar or round pressure plates or the system manufacturer's approved bar or pressure plates, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 9 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER G. Structural Concrete Nail: Shall be a spiral fluted for concrete, hot dipped galvanized, Con-Tite nail with a minimum .210 diameter shank. To be used with round, plastic pressure plates, as manufactured by Olympic Manufacturing Group, Inc., or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. 2.10 BONDING ADHESIVE FOR FLASHING A. Description: Adhesive is a bonding cement of synthetic rubber for fully adhering membranes to various substrates, produced by Ashland Chemical, or approved equal Typical Liquid Properties (Room Temperature) Color Amber/Yellow Base Product Neoprene Solids 25% Specific Gravity .87 Pounds/Gallon 7.25 Viscosity (CPS) 2500 Solvents Ketone, Toluene, Aliphatic Hydrocarbon, Zylene Estimated Coverage 2 Sided Application 55/70 sq. ft. (2/2.5 mils dry) DOT Label Required Flammable Liquid Code - 584661 B. Handling: Contains ingredients which could be harmful if mishandled. Contact with skin and eyes should be avoided and necessary protective equipment and clothing should be worn. 2.11 ASPHALT ROOF PRIMER A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, as manufactured by membrane manufacturer, 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 2.12 CANT STRIP A. Shall be wood fiber where used for non-structural purposes. Shall be treated solid wood where used for structural purposes meeting NRCA, FM Global and Underwriters Laboratory guidelines. If solid wood cant is used where insulation exists, cant is to be toe nailed into treated solid wood nailer the same height as insulation. 2.13 WOOD A. All nailers, cants and wooden curbs shall be lumber as required by NRCA, FM Global and Underwriters Laboratory guidelines. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 10 ....I 7 f r r FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 2.14 TRIM STRIP A. The trim strip shall have the following minimum properties: 1. Six inch (6") wide non -reinforced 60 mil thermoplastic used for capping butted ends of rolls. 2. The trim strip is seamed with the use of hot-air welding. 2.15 CORNERS A. Inside and outside corners shall be supplied by the membrane manufacturer and shall be of the same base material as the roof membrane. 2.16 PIPE BANDS A. Stainless steel bands with self-locking heads. B. Tighten with hand tool for tension control and flush cut off. 2.17 PRE -MOLDED BOOTS A. Non -reinforced thermoplastic tapered molds for various pipes, heat welded to field membrane and sealed at top with stainless steel pipe bands and seam sealer. 2.18 PITCH PAN SEALANT A. Shall be one -part, self -leveling polyurethane sealant meeting Federal Specification No. TT-S-00230C, Type 1, Class A, ASTM C 920, Type S, Grade P, Class 25, for use in new pitch pans. 2.19 LEAD JACKS A. Shall be four pound (4#) lead, and of dimensions required to completely cover existing plumbing stack. 2.20 LEAD FLASHING DRAINS A. Shall be four pound (4#) lead, minimum thirty-six inches by thirty-six inches (36" x 36"), used for flashing of internal drains. 2.21 TERMINATION/PRESSURE BARS A. Aluminum strip shall be extruded channel bar with a mill finish, width one inch (1"), thickness 0.100" ± .008", leg height one-fourth inch (1/4") top and bottom, leg angle ninety degrees (900), for perimeter and curb anchorage, having predrilled holes six inches (6") on center, as manufactured by Olympic Fasteners, or approved equal. ' FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 11 FULLY ADHERED MULTI -PLY ROOF SYSTEM 3.04 NAILERS LUBBOCK MEMORIAL CIVIC CENTER A. All nailers shall be installed in accordance with Section 06105 Miscellaneous Carpentry. B. Wooden nailers shall be installed at gravel stops, drip edges, and expansion joints on outside perimeter of building according to NRCA, Underwriters Laboratory and IBC guidelines. C. All Construction: Nailers shall be the same height as the new recovery board being installed where required. Nailers shall be raised if necessary by anchoring an additional nailer of appropriate height to the existing nailer if the existing nailer is not to be replaced. Nailers shall be anchored to resist a pull-out force of one hundred seventy-five pounds (175#) per foot. Fasteners shall be no less than two (2) per nailer, and be spaced at three feet (3') on center maximum. Expansion joint nailers shall extend upward a minimum of eight inches (8") above finish roof height. 3.05 WOOD CANTS A. All wood cants shall be installed in accordance with Section 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. 3.06 APPLICATION OF PLY SHEET(S) A. Recover Board shall be covered with SBS base sheet fully adhered as follows: 1. All layers shall be fully adhered in accordance with the manufacturer's recommendations and in accordance with general practices as set forth by the NRCA Roofing Manual. 2. 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. 3.07 APPLICATION OF FLEECE BACKED MEMBRANE A. Fully Adhered Application: Fully adhere membrane to acceptable substrate with hot asphalt 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 Elvaloy® sheet 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. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 14 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 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. 3.08 FLASHING A. Flash all penetrations, metal edge systems, walls, curbs, expansion joints, drains as shown on details and approved shop drawings with white reinforced Elvaloy® flashing membrane. 1. Use prefabricated flashing accessories or components such as sealant pockets, premolded vent/pipe flashing. 2. Mechanically fasten flashing at terminations according to approved details. 3. Fastening membrane flashing through metal counterflashing is not acceptable. B. Any lumber or shimming required for attachment or to make material flashing flush or level with offsets and/or transitions shall be incorporated in the flashing specifications. 3.09 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. _1 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 twentylinear feet 20' of run in length. ( ) 9 FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 15 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER EcIR 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 (21, 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. 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 beqinning 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. FULLY ADHERED MULTI -PLY ROOF SYSTEM LN .11, 07535 - 16 L FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER 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. 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. 3.11 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. 3.12 EDGING FLASHINGS A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with published instructions to meet ES-1. 3.13 ROOF DRAINS A. Inspect and test drain and drain lines prior to start of work in contact area. Open if blocked or clogged and repair/replace all broken, missing drain components and lines as required. Verify in writing that all drains and lines are free flowing and watertight prior to substantial completion. Comply with local plumbing codes. B. Remove strainer and clamping ring. Repair (or replace if damaged) and reset. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 17 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER C. Replacement Drains (if Required): Sized to match existing drain system. Install watertight to existing lines. Follow drain manufacturer's installation requirements. 3.14 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. 3.15 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. 3.16 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. 3.17 PROTECTION A. Protect all building surfaces against damage from roofing work. B. Where traffic must continue over finished, installed roofing system, protect membrane, underlayment accessories and finishes from damage. 3.18 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. 3.19 PIPING/CONDUIT A. Piping/conduit shall be raised to NRCA recommended heights, and new supports furnished. Permanent supports shall be installed upon pads approved by membrane manufacturer. Coordinate work with Owner's representative. B. All gas lines and piping shall be coated with specified commercial grade yellow paint. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 18 P t �-9 �I FULLY ADHERED MULTI -PLY ROOF SYSTEM 3.20 PIPE/EQUIPMENT SUPPORTS LUBBOCK MEMORIAL CIVIC CENTER A. Pipe supports shall be placed approximately ten feet (10') on center. New supports shall be set on a double layer of membrane, and attached to the pipe with suitable strapping. Double layer of membrane shall be adhered to the roof surface. 3.21 OVERNIGHT SEAL A. Shall be performed according to accepted roofing practice as outlined in the NRCA Roofing Manual, SPRI and membrane manufacturer's recommended procedure. B. The roofing membrane shall be sealed to the roof deck or existing roof at the end of the day or at the onset of inclement weather to prevent water from flowing into the completed roofing system. Temporary seals shall be removed upon resumption of work. 3.22 COPING JOINTS, REGLET JOINTS, CAULK JOINTS, WALL JOINTS, AND WALL CRACKS ABOVE THE ROOF LINE A. All reglet and coping joints shall be raked clean of loose materials and debris, and sealed with caulk sealant. Sealant shall be properly installed and tooled in a workmanlike manner to ensure permanent seal. B. All open coping and masonry terminations and intersections shall be cleaned out and sealed with backer rod and caulk sealant. Backer rod shall be minimum one and one-half (1-1/2) times the width of the opening to be sealed. Caulk sealant thickness shall be minimum of one-half (1/2) of the width of the opening to be sealed. C. Clean joint surfaces immediately before installation of gaskets, sealant or caulking compound. Remove dirt, insecure coatings, existing sealant, moisture, and other substances which could interfere with seal of gasket or bond of sealant or caulking compound. Etch concrete and masonry joint surfaces as recommended by sealant manufacturer. Roughen vitreous and glazed joint surfaces as recommended by sealant manufacturer. D. Prime or seal joint surfaces where indicated, and where recommended by sealant manufacturer. Confine primer/sealer to areas of sealant bond; do not allow spillage or migration onto adjoining surfaces. E. Comply with manufacturer's printed instructions except where more stringent requirements are shown or specified, and except where manufacturer's technical representative directs otherwise. F. Install sealant backer rod for liquid -applied sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for application indicated. FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 19 FULLY ADHERED MULTI -PLY ROOF SYSTEM LUBBOCK MEMORIAL CIVIC CENTER G H. Employ only proven installation techniques, which will ensure that sealants are deposited in uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of joint to bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. For normal moving joints to be sealed with elastomeric sealants but not subject to traffic, fill joints to a depth equal to fifty percent (50%) of joint width, but neither more than one-half inch (1/2") deep nor less than one-fourth inch (1/4") deep. END OF SECTION 07535 FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 20 MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER 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 re-cover preparation. 2. 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: SBS-modified bituminous roofing membrane, surfacing, and components and accessories between deck and roofing membrane. C. Substrate Board: Rigid board or panel products placed over the roof deck that serve as thermal barriers, provide a smooth substrate, or serve as a component of a fire - resistance -rated roofing system. D. Roof Re -Cover Preparation: Existing roofing membrane that is to remain and be prepared for reuse. E. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and reinstalled. F. Roof Tear -Off: Removal of existing membrane roofing system from deck. G. 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 MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER 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 and approved by warrantor of existing roofing system to work on existing roofing. 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. MEMBRANE REROOFING PREPARATION 07591 - 2 MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER 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 MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER 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. 1. 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. 1.08 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during reroofing, by methods and with materials so as not to void existing roofing system warranty. Notify warrantor before proceeding. 1. Notify warrantor of existing roofing system on completion of reroofing, and obtain documentation verifying that existing roofing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. MEMBRANE REROOFING PREPARATION 07591 -4 Ll MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER PART 2 - PRODUCTS 2.01 INFILL MATERIALS A. Use infill materials matching existing membrane roofing system materials, unless otherwise indicated. 2.02 TEMPORARY ROOFING MATERIALS A. Base Sheet: ASTM D 4601, Type II, perforated, asphalt -impregnated and coated, glass - fiber sheet. B. Asphalt Primer: ASTM D 41. C. Roofing Asphalt: ASTM D 312, Type IV. 2.03 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 3.01 PREPARATION A. Protect existing membrane roofing system that is indicated not to be reroofed. 1. Loosely lay 1/2" plywood or OSB panels over existing roof surface. 2. Limit traffic and material storage to areas of existing roofing membrane that have been protected. 3. Maintain temporary protection and leave in place until replacement roofing has been completed. B. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work. Cover air intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. C. During removal operations, have sufficient and suitable materials on -site to facilitate rapid installation of temporary protection in the event of unexpected rain. MEMBRANE REROOFING PREPARATION 07591 - 5 MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER D. Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. Prevent debris from entering or blocking roof drains and conductors. Use roof - drain plugs specifically designed for this purpose. Remove roof -drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 1. If roof drains will be temporarily blocked or unserviceable due to roofing system removal or partial installation of new membrane roofing system, provide alternative drainage method to remove water and eliminate ponding. Do not permit water to enter into or under existing membrane roofing system components that are to remain. E. Verify that rooftop utilities and service piping have been shut off before commencing Work. 3.02 ROOF RE-COVER PREPARATION A. Remove blisters, ridges, buckles, and other substrate irregularities from existing roofing membrane that inhibit new recover boards from conforming to substrate. 1. Remove loose aggregate from aggregate -surfaced, built-up bituminous roofing with a power broom. 2. Broom clean existing substrate. 3. Coordinate with Owner's inspector to schedule times for tests and inspections before proceeding with installation of recover boards. 4. Verify that existing substrate is dry before proceeding with installation of recover boards. Spot check substrates with an electrical capacitance moisture -detection meter. 5. Remove materials that are wet or damp. Removal will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. 3.03 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. 3.04 FASTENER PULL-OUT TESTING A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect before installing new membrane roofing system. 1. Obtain Architect's approval to proceed with specified fastening pattern. Architect may furnish revised fastening pattern commensurate with pull-out test results. MEMBRANE REROOFING PREPARATION 07591 - 6 MEMBRANE REROOFING PREPARATION LUBBOCK MEMORIAL CIVIC CENTER 3.05 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL 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. 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. 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. 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. 3.06 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 SHEET METAL & MISC ACCESSORIES PART 1-GENERAL 1.01 SUMMARY LUBBOCK MEMORIAL CIVIC CENTER 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 SUBMITTALS A. Product Data: 1. Submit shop drawings, product data and mockups of all sheet metal. 1.03 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers in satisfactory use in similar service for five (5) years. Use experienced installers. Deliver, handle and store materials in accordance with manufacturer's instructions. B. Reference Standards: Applicable portions of ASCE, SMACNA, ASTM and NAAMM publications. 1.04 WARRANTIES 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 SHEET METAL & MISC ACCESSORIES PART 2 - PRODUCTS 2.01 SHEET METAL MATERIAL LUBBOCK MEMORIAL CIVIC CENTER A. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. B. Prefinished Galvanized Sheet Steel: Shall be 24-gauge flat stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use as new metal edge gravel guard, downspouts, gutters, coping and miscellaneous metal. Standard color to be selected by Owner/Project Consultant. C. Elvaloy® Cladded Metal: Shall be G-90 galvanized steel with 25 mil Elvaloy® membrane lamination; width shall be four feet, length shall be eight or ten feet. Standard color to be selected by Owner. D. Stainless Steel: QQ-S-766, Class 301, 302, 304, or 316; or ASTM A 167, Type 301, 302, 304, or 316; form and condition most suitable for the purpose. E. Aluminum and Aluminum Alloy Plate and Sheet: QQ-A-250; form, alloy, and temper shall be that most suitable for the purpose. F. Sheet Lead: QQ-L-201, Grade B. G. All existing sheet metal shall be replaced with new metal of like gauge and type, or as specified on drawings. 2.02 FASTENERS A. Fasteners shall be same metal as flashing/sheet metal, or other non -corrosive metal as recommended by sheet manufacturer for the specific application. Match finish of exposed heads with material being fastened. B. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide. C. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless steel nail, one piece unit, flat head. D. Screws: Self -taping sheet metal type with neoprene washer, as appropriate. E. Pop Rivets: Full stainless steel Series 42 or 44, as appropriate. F. Continuous Clip: Concealed hold-down clip type; of same materials as coping, gravel guard, sized to suit application. Use a continuous clip, minimum 20-gauge G-90 galvanized. 2.03 RELATED MATERIAL A. Bituminous Paint: Acid and alkali resistant, black color. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 2 SHEET METAL & MISC ACCESSORIES LUBBOCK MEMORIAL CIVIC CENTER R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges are to be seamed, form seams, and solder. S. Expansion Provisions: Form expansion joints of intermeshing hooked flanges, not less than one inch (1") deep, filled with mastic sealant (concealed within joints). T. Sealant Joints: Where movable, non -expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with industry standards. U. Separations: Provide for separation of metal from non -compatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. V. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. 3.04 INSTALLATION A. General: All sheet metal termination to vertical wall shall have a through -wall with receiver installed on masonry walls or prefabricated "Z" bar flashing pre -installed to fluid applied wall finished prior to installation of sheet metal termination. This applies to edge metal, base flashing closures and all vertical surface intersections. Refer to NRCA, SMACNA, and metal manufacturer's guidelines. B. Elvaloy® cladded metal shall be fabricated as needed; follow these specifications and standard sheet metal practice for attachment to roof details. C. Gravel Guard/Fascia: 1. Shall be installed with expansion joints, ten feet (10') on center, one-fourth inch (1/4") expansion leeway, with a cover plate. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. D. Coping: 1. Remove existing and replace with new metal coping as required for a permanent watertight installation. 2. All coping shall be manufactured with low profile standing seam metal to meet ES-1 SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 5 SHEET METAL & MISC ACCESSORIES LUBBOCK MEMORIAL CIVIC CENTER 3. Shall be minimum 24-gauge prefinished Kynar installed in ten foot (10') sections maximum. 4. Vertical fascia shall extend minimum two and one-half inches (2-1/2") or be minimum one and one-half inches (1-1/2") below bottom of nailer, whichever is greater. 5. Secure metal flashings per specifications. 6. Lock seams and end joints. 7. Form sections identical to profiles as shown or approved similar, to match existing building. 8. 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. 11. Integrate flashing in a manner consistent with detailing. 12. Provide and install continuous clip, minimum 22-gauge. 13. Shall be fabricated in accordance with all SMACNA provisions. E. Expansion Joint Field and at Wall: 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. F. Counterflashing: 1. Remove existing and replace with new metal counterflashing as required for a permanent watertight installation. 2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing as detailed in SMACNA Figure 4-3E. G. Gutter and Downspout: 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. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6 a.` ROOF ACCESSORIES LUBBOCK MEMORIAL CIVIC CENTER F11 2.03 RELATED PRODUCTS A. If required by roofing manufacturer, a separation sheet or pad conforming to the existing roof manufacturer's system. 2.04 EQUIPMENT SUPPORTS A. To support HVAC Duct use Model # SS2000D Duct Support. SS2000D is two (2) seventeen inch (17") circular bases with 12-gauge 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) seventeen inch (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. 2.05 ROOF PIPE SUPPORTS U A. To support conduit or pipe sized up to 08" when height adjustment is needed use Model # SS1000A Adjustable Pipe Support. Seventeen inch (17") circular base with 12-gauge framing channel, eighteen inches (18") long, attached to seventeen inch (17") circular base using one-half inch (1/2") threaded rods, twelve inches (12") long, with washers and nuts. Height of channel can be adjusted along the length of the one-half inch (1/2") 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. Seventeen inch (17") circular base with SBR heavy duty rubber roller assembly attached to seventeen inch (17") circular base using one-half inch (1/2") threaded rods, twelve inches (12") long, with washers and nuts. Height of roller assembly can be adjusted along the length of the one-half inch (1/2") threaded rods. 1. Manufacturers: a) Advanced Support Products, Inc. ROOF ACCESSORIES 07720 - 3 LUBBOCK MEMORIAL CIVIC CENTER ROOF ACCESSORIES 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 Support Bridge is made of four (4) seventeen inch (17") circular bases and 12-gauge framing channel formed to make one "H" shaped support with crossbar. SS6000P Adjustable Support Bridge is made of six (6) seventeen inch (17") circular bases and 12-gauge framing channel formed to make two "H" shaped supports with crossbar. SS8000P Adjustable Support Bridge is made of eight (8) seventeen inch (17") circular bases and 12-gauge framing channel formed to make three "H" shaped supports with crossbar. Crossbar height is adjustable and offered in eighteen inch (18"), twenty-four inch (24"), thirty-six inch (36"), and forty-eight inch (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 one-half inch (1/2") threaded rods. Hangers offer complete height adjustments along the length of one-half inch (1/2") 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. 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. D. Install roof accessories level, plumb, true to line and elevation, and without warping, jogs in alignment, excessive oil canning, buckling, or tool marks. ROOF ACCESSORIES 07720 - 4 ROOF ACCESSORIES LUBBOCK MEMORIAL CIVIC CENTER i E. Roof Curb Installation: 1. Set roof curb so top surface of roof curb is level. F. Pipe and 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 seventeen inch (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 seventeen inch (17") circular bases. Do not adhere to the roof system or seventeen inch (17") circular bases. 4. If required, insert frame structures into seventeen inch (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 CLEANING A. Clean exposed surfaces according to manufacturer's written instructions. END OF SECTION 07720 ROOF ACCESSORIES 07720 - 5 11 SEALANTS SECTION 07920 SEALANTS PART 1 —GENERAL 1.01 DESCRIPTION LUBBOCK MEMORIAL CIVIC CENTER A. Work includes: 1. Throughout the Work, seal and caulk joints where shown on the Drawings and/or as required by the Project Manager to provide and maintain watertight and airtight continuous seals. 2. This section includes, but is not limited to, providing joint sealants to be in the following areas: a) Parapet cap copings and counterflashings at roofing conditions b) All other joints as directed by the Project Manager 1.02 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who have successfully completed a minimum of three projects in the last five years of similar type and scope as the project herein. The workmen shall be thoroughly trained and experienced in joint sealant applications and completely familiar with the specified requirements and methods needed for the proper performance of the work of this section. B. Joint sealer products shall be obtained from a single manufacturer for each product required. C. Job Site Testing 1. All joint sealants shall be field tested for proper adhesion to the joint substrates prior to installation. Do not proceed with the work until job site tests have been approved by the Project Manager. 2. Locate and provide test joints for each type of joint sealant, and substrate as directed by the Project Manager. 3. Acceptable test joints will be used as the standard for all joint sealant work on the project. 4. Sealants which fail to adhere to the substrates shall be removed and replaced at no extra cost to the Owner. 1.03 SUBMITTALS A. Product Data: Within 15 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; and in compliance with Section 01330 Submittals and Substitutions. 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; SEALANTS 07920 - 1 SEALANTS LUBBOCK MEMORIAL CIVIC CENTER 3. Manufacturer's recommended installation procedures which, when approved by the Project Manager, will become the basis for accepting or rejecting actual installation procedures used on the Work. B. Samples: Accompanying the submittal described above, submit samples of each sealant, each backing material, each primer, and each bond breaker proposed to be used. Include color samples of full standard product color range. 1.04 PRODUCT HANDLING A. Do not retain at the job site material which has exceeded the shelf life recommended by its manufacturer. B. Store products on site in compliance with the manufacturer's recommendations and as necessary to prevent damage or deterioration to the materials. 1.05 WARRANTY A. All sealants and caulking shall be provided with a five year manufacturer's warranty. PART 2 — PRODUCTS 2.01 SEALANTS AND CAULK A. Except as specifically otherwise approved by the Project Manager, use only the types of sealants described in this Section. Polysulfide sealants require manufacturer's corporate seal. B. Vertical surfaces and non -traffic bearing horizontal surfaces: 1. One -part Urethane Sealant: Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or exceed Federal Specification No. 1 TT-S-00230C, Type II, Class A, ASTM C 920. Where joint surfaces are contained or are contaminated with bituminous materials, provide manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), as manufactured by Sonneborn (RC-708), or approved equal. SEALANTS 07920 - 2 1 SEALANTS LUBBOCK MEMORIAL CIVIC CENTER 2. Silyl-terminated Polyether Sealant: To seal the leading edge of the CTEM membrane, to bond CTEM at terminations with metal, and for open CTEM seam repair, sealant shall be a thermosetting, solvent free, non -slump, self-fixturing, multipurpose structural sealant which shall meet the following physical and performance properties, M-1 as manufactured by Chem Link, Inc., or approved equal. Properties Specific Gravity 1.62 (13.5 lbs./gallon) Viscosity800,000 cps Brookfield RTV, TF spindle, 4 rpm 70 degrees F. Shear Strength (ASTM D-1002) 300 psi+ (7 day ambient cure) Elongation @ break (ASTM D-412) 300% (7 day ambient cure) Hardness Shore A (ASTM C-661) 50 — 55 (14 day ambient cure) Tack free time (ASTM C-679) 35 minutes Low temperature flex Minus 20 degrees F: PASS Slump (sag) (ASTM C-639) Zero slump Shrinkage (ASTM D-2453) No measurable shrinkage (14 cay cure) Service temperature -40 degrees F to 200 degrees F C. Colors 1. Colors for each sealant installation will be selected by the Project Manager from standard colors normally available from the specified manufacturers. 2. Should such standard color not be available from the approved manufacturer except at additional charge, provide such colors at no additional cost to the Owner. 2.02 PRIMERS A. Use only those primers which are non -staining, have been tested for durability on the surfaces to be sealed, and are specifically recommended for this installation by the manufacturer of the sealant used. 2.03 BACKUP MATERIALS A. Use only those backup materials which are specifically recommended for this installation by the manufacturer of the sealant used, which are non -absorbent, and which are non- staining. B. Acceptable types include: 1. Closed -cell resilient urethane or polyvinyl -chloride foam; 2. Closed -cell polyethylene foam; C. Preformed support strips for ceramic tile control joint and expansion joint work: Use polyisobutylene or polychloroprene rubber. 2.04 BOND -BREAKER TAPE A. Polyethylene tape or other plastic tape as 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. SEALANTS 07920 - 3 SEALANTS 2.05 MASKING TAPE LUBBOCK MEMORIAL CIVIC CENTER A. For masking around joints, provide masking tape complying with Fed Spec UU-T-106c. 2.06 JOINT PRIMER/SEALER A. Provide type of joint primer/sealer recommended by sealant manufacturer for joint surfaces to be primed or sealed. PART 3 — EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Concrete surfaces Install only on surfaces which are dry, sound, and well brushed, wiping free from dust. 1. At open joints, remove dust by mechanically blown compressed air if so required. 2. Use solvent to remove oil and grease, wiping the surfaces with clean rags. 3. Where surfaces have been treated, remove the surface treatment by sandblasting or wire brushing. 4. Remove laitance and mortar from joint cavities. 5. Where backstop is required, insert the approved backup material into the joint cavity to the depth needed. B. Steel surfaces 1. Steel surfaces in contact with sealant: Sandblast as required to achieve acceptable surface for bond. a) If sandblasting is not practical, or would damage adjacent finish, scrape the metal or wire brush to remove mill scale. b) Use solvent to remove oil and grease, wiping the surfaces with clean rags. 2. Remove protective coatings on steel by sandblasting or by using a solvent which leaves no residue. C. Aluminum surfaces 1. Aluminum surfaces in contact with sealant: Remove temporary protective coatings, dirt, oil, and grease. When masking tape is used for protective cover, remove the tape just prior to applying the sealant. 2. Use only such solvents to remove protective coatings as are recommended for that purpose by the manufacturer of the aluminum work, and which are non -staining. SEALANTS 07920 - 4 SEALANTS 3.03 INSTALLATION OF BACKUP MATERIAL LUBBOCK MEMORIAL CIVIC CENTER A. Use only the backup material recommended by the manufacturer of the sealant used, and approved by the Project Manager for the particular installation, compressing the backup material 25 to 50 percent to achieve a positive and secure fit. B. When using backup of tube rod stock, avoid lengthwise stretching of the material. Do not twist or braid hose or rod backup stock. 3.04 PRIMING A. Use only the primer recommended by the manufacturer of the sealant, and approved by the Project Manager for the particular installation, applying in strict accordance with the manufacturer's recommendations as approved by the Project Manager. 3.05 BOND -BREAKER INSTALLATION A. Provide an approved bond -breaker where recommended by the manufacturer of the sealant for preventing the sealant to adhering to rigid, inflexible joint filler materials or to joint surfaces at back of joint where such adhesion would result in sealant failure. Adhere strictly to the installation recommendations as approved by the Project Manager. 3.06 INSTALLATION OF SEALANTS A. Prior to start of installation in each joint, verify the joint type according to details on the Drawings, or as otherwise directed by the Project Manager, and verify that the required proportion of width of joint to depth of joint has been secured. B. Comply with ASTM C1193 for application of joint sealants. C. Equipment: 1. Apply sealant under pressure with power -actuated or hand gun, or by other appropriate means. 2. Use guns with nozzle of proper size, and providing sufficient pressure to completely fill the joints as designed. D. Thoroughly and completely mask joints where the appearance of sealant on adjacent surfaces would be objectionable. E. Install the sealant in strict accordance with the manufacturer's recommendations as approved by the Project Manager, thoroughly filling joints to the recommended depth. F. Tool joints to the profile shown on the Drawings, or as otherwise required if such profiles are not shown on the Drawings. G. Do not install sealant when air temperature is under 40 degrees F. Sealant temperature to be at least 50 degrees F; controlled warming permitted to ease installation. H. Cleaning up: 1. Remove masking tape immediately after joints have been tooled. SEALANTS 07920 - 5 SEALANTS LUBBOCK MEMORIAL CIVIC CENTER 2. Clean adjacent surfaces free from sealant as the installation progresses, using solvent or cleaning agent recommended by the manufacturer of the sealant used END OF SECTION 07920 SEALANTS 07920 - 6 SANITARY WASTE AND VENT SPECIALTIES LUBBOCK MEMORIAL CIVIC CENTER SECTION 15150 SANITARY WASTE AND VENT SPECIALTIES (Vent Pipe Extensions) PART 1 - GENERAL 1.01 SECTION INCLUDES A. Plumbing vent pipe extension fittings. 1.02 RELATED SECTIONS A. Division 07 Section "Preparation for Reroofing" for general requirements for preparation for building reroofing including coordination of related plumbing and mechanical work. B. Division 22 Section "Sanitary Waste and Vent Piping" for general requirements for waste and vent piping. 1.03 REFERENCES A. ASTM International (ASTM): 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 (UPC 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. 1. Indicate details of completed roofing flashing configuration for all locations. Include reference to applicable NRCA plate number. SANITARY WASTE AND VENT SPECIALTIES 15150 - 1 SANITARY WASTE AND VENT SPECIALTIES 1.05 INFORMATION SUBMITTALS LUBBOCK MEMORIAL CIVIC CENTER A. Manufacturer's Certificate: On roofing membrane manufacturer's letterhead, accepting use of proposed sealant in contact with roofing membrane. 1.06 QUALITY ASSURANCE A. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. B. Comply with flashing requirements shown in NRCA Roofing Manual. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Basis -of -Design Product: Subject to compliance with requirements, provide sanitary vent pipe extensions manufactured by Tubos, Inc., Clearwater, FL; Phone (727) 504-0633, info(a)-tubos.biz. 2.02 MATERIALS A. Solid -Wall PVC Pipe: ASTM D 2665, drain, waste and vent. B. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer. 2.03 PLUMBING VENT PIPE EXTENSION A. Roof Vent Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field -determined height. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine each pluming vent piping location to determine required plumbing vent pipe extensions based upon minimum finished height requirements and measured existing conditions. Indicate plumbing vent pipe extensions on shop drawings. 1. Examine existing plumbing vent piping conditions and determine whether flashing reuse is acceptable or whether replacement of flashing is required. Indicate flashing replacement locations on shop drawings. SANITARY WASTE AND VENT SPECIALTIES 15150 - 2 SANITARY WASTE AND VENT SPECIALTIES 3.02 PREPARATION LUBBOCK MEMORIAL CIVIC CENTER A. Remove existing flashing from plumbing vent piping to extent required to enable installation of new plumbing vent pipe extensions and completion of flashings. B. Clean plumbing vent piping to ensure that joint surfaces are clean, dry and free from contamination including dirt, oils, grease, tar, wax, rust and other substances that my inhibit adhesive or sealant performance. 3.03 INSTALLATION OF PLUMBING VENT PIPE EXTENSIONS A. Insert end of plumbing vent pipe extension into existing plumbing vent piping. 1. Verify circumference of existing plumbing vent piping and plumbing vent pipe extension are appropriate to achieve secure, rigid installation. 2. Mark plumbing vent pipe extension at required height above finished roof surface level, and cut to required length. 3. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe material and plumbing vent pipe extension, and mate plumbing vent pipe extension to existing piping. Apply adequate adhesive or sealant to achieve secure, rigid installation. B. Flashing: Comply with primary roofing material manufacturer's published recommendations for installation of approved pipe flashings. Match existing flashing material unless otherwise directed. 3.04 CLEANING AND PROTECTION A. Repair or replace defective work, include loose plumbing vent extensions, or unsecured flashings or flashings that are not weathertight. END OF SECTION 15150 SANITARY WASTE AND VENT SPECIALTIES 15150 - 3 LUBBOCK MEMORIAL CIVIC CENTER ROOF REPLACEMENT PACKAGE 2013 CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 ARMKO INDUSTRIES, INC. 7302 82ND STREET, SUITE 14 LUBBOCK, TX 79424 PH 806-833-6953 FAX 806-833-8539 �n A WKO N Texas Registered Engineering Fkm F-8498 1320 Spinks Road Flower Mound. TX ys�° Ey•�o —eauEFOR W H z w U U U w Qz Y � zc 0Ocn w X �m > OmF- H - y I UIiUQU �O0�m En Omam aU�Lc)� COVER PAGE JOB 2013050148 DATE 08112f2013 DRAWN BY: JHIST/JA SHEET G 1.00 _ _R1.06 R1.06 OVERALL ROOF PLAN NOT TO SCALE NO TH of rea p Dias„ 9�PDpTDPPE DpMPEwE�nS PXD�, CONNEDIIOF THEFPL UOFPLL OOW ON 9UPP�EO oFVE$. —dESB OF NpANm w wGWdi9TEw0 CcOUNTM¢OIXTxF cpxslq�uTOx DOCUMENie TOUSAOVIDE'Srw1 MFPxYMNl5NPw0 iw9TPLL<pRPiETE NID C. REPPxOrtSPPPEPP BETWEENTNEDPAvnNo—o THE IGTMx9, nR...0. WP -EUP—Px0PRIDEN— SEDE. o ilK OENEPPt CON1RP01'OPANOSUBDOMMOTOPaelLLLLBECOME FpwLUR iN iXE PpOJEOT pNDTHEONSRE,OM�dREDOxOnNRaBPPNNt Tp BIOOlxO OwOPx. oEOGEOF E'W CIOBDRE OI+FIu'p�.ON AlxtawHEPETHEI OCCW PT MEOP ilIE ROOF. P. RDOPSLOPE99NOYMON OPAVMRi PRE OExERPEPx000NOEPNPLOwLv. PowrrvE orwwwE ro Pu PpoF DRaxA vEmcv rPPER IN dwor oNP°Ywir°aioB. .�ilaceG .2,1DiwlNSr as MpN¢n.—ooiw.lcNEs6�omiEn MIOO PooF°i RPnoxa, ro BxEo wPTEn PRouxD a ro EwuRE PoemvE Rope GwPpE. !L PTOf PB FER+ICEP00E�Fu¢CN.EOIa.1MF�RDv¢aFY�Olp�un°POONspn9 WELL PROra0110N •P L 9910E•OFOA D 1wTUT AVDP°pF —E. FRO.TOE LAPDER°D.FWwp a9 R¢PW—PEROMIEwD 0 OPDn—s NRATE. Fit 0°P W 0 TO BE °LIED Y ® © z /r�i P ■mom DER° Irp 0 S— TED Wei tscEu.wfi�009� vd10.iWPR SAftU OEm! POOP MFT EOOE IffTH E00E RbE wPLL P w EEDN E aER� Ppp DR M� E® ® ®i i Eo EM ® a — -- = E.IB�° Pwx �ESB VEM 61 MLM YIBOFLLIW¢We RDDP W,TGIR. PID•v FDO¢9CGiFR ROE WPLL eT MOUN1ED VFRT PRCX PHIS EGPPMEM COEUECTERXFPO BCVPP¢R ROOF GPftnGl FPRPPEr F— R1.0A RLOB R,.M rROOOrF LEGEND i I tWI DEEP RDOF BY9TFM PB I BPEGFlEDE CS LU w Y-Yw Texas Registered Engineering Finn F-6698 1320 Spinks Road Flower Mound, TX E.2 'v�r= �94a�B �5 E „•o 3�g S LU w z w U U Uw J z Q Y J 0 0 . 0 ca -j Y UwUQU ') m ca O�mom d U J - J OVERALL ROOF PLAN AND GENERALNOTES JOB 20130301i6 DATE 06/12=13 DRAWN BY: JWST/JA SHEET R1.01 o RL03 R2.0+ ......i'v:i'".....qu_.'-•®'^.-_....,..-....-�'..,,.ao=a"':-.»-�.-.,,.ourt�,�-.`:"-a0`=-...y....._.u_: e'AO=-"ay...,_».'"--,F6 Jr�.. ' 0 0 I ® D9 x Rzo+ I RD RD ® RED A. A.� D8 R1LL02 _ ,, r PARTIAL ROOF PLAN -AREA D DD9 & E NOT TO SCALE NO TN .F ROOT acweawoRx: RoOraecroN— I. PnixWO OfaENTp+D ROOF FexuAxe WrtMBPecIFFlED AS SPEC FEO To PROwDE WALL FLbxImB PD NM NDA COgND C PAAB me� ni uWlr"�Euii xemxr�aNmw""rweeo xxDar sunr'cxe m pcl reP mt FAwurAnuRaRe —RR. — wnx x0 eacwwxi °rno�P 1. r w wcR��mrue� NAa evexn, Alo AAwWO�TeAR commAcroee�wxeuro xnnw, aF PawPw, eoEw�c�noua oEruu.xo nwwncE auRioEuxse. D0r aernon e e c: uoo exoEirTFEwe ECBWxeaIBCARPENrRTFTo PARPmWWALI As $P80FEo TO PRDWDEtWILL WOs WO Mew L=- OP A* aPeOPlm. RAF _ In xwlxUx xe iLA'exrTNM:x n0) nAR xpl AUWPACTURERe uv 10 r+w Rrcx IT DwxeTm xAe evexn, IYro ICI TeA�R axTwPw �wPxAxn. woM exAu uwWcwOV ALL IUL FVRIo gBLONNECi AND P¢CONNDCTpIN. M _ aIRA�xt AxaLwaD, ..EDFIDA,xxw. per u xOOP aenNe 01 s w:uxea. aWx TD BlaRlMle. LReNNBCALIT FARnx aM FRo BA9e 9Xeer P8R AeOe T TAPEPOD Rre ALL IGL mUPF AND SExR-CB To - M N IIF1 Ml- Wexm RDDF aeRwDe. PRDwDe . WFEx+T I�� .PAx mL °. ALL �e"n AN A wD" o"" �pxn„r0- pl-o�xx�'...R. 0A eWCN0. WeUeFpL .Pe01PIGnONe DIeTP9 AN YUDE AANPAOn— ..NsL W ® :®i ® ® FNIgFRVROo 04ERCL6Wp D. {Am0 ❑ BPECIFEO RWFBY4RM 0.9 DOeRYMBMD NWD D NOTS— URB UMED AO LWIT cc=aExl TEOUwxExid Pv ORAN ROOFOWM OVERFLDN I DOwN.9PNT D efWO POOF M¢iN FooE RIeF wAtL R6Ew CXPW eiAc LLPfiOVs ROOF IwT47r BNPPER ohRFLON EOOE--R EYIe m AMPET REE WALL eTAtx NDVxiFO YEM piCX PA.x9d EGRPa1EM BNPeP COYECTCP NEAO ODII—N ROOF DweLmON PAMPET 9WYONT Q� Toms Registered Engineering Firm FE198 1320 Spinks Road Flower Mound, TX W w b e T bCCS CC€CC I 'o srnEl'uiFOR .1— N W Z W U U UW J Z a Y � � L)OUn �mw�X OW j p H J Y V Y U W U Q U cc004m O coO m a5-j PARTIAL ROOF PLAN JOB 2013050148 DATE 06112RO13 DRAWN BY: J WST/JA SHEET R1.02 P+a ... _ _..: ... .__... L...„m..__.,.....� 4.._._..-...wd �...._.......u./ b�.........�,....m' twxi....m,.......,..,�I '�.� .�' �,...�..._.....-.J t......«........ ib.�, ,�.d a .J ;._ 1 � R7.02 rlr T Rx.01 M D8 !j i s x Rx.D, px.W . _. ( f DAD x pxAt gggggg Mx xlDn o� i pxpt r ❑ i; ♦i Ili OPEN 8 c ara� i� CI C ;fo I I. � xl0x I _ x x OiM I .+...LOw \...,.� ��♦ ♦PD DF♦ roW i I root pa.W p ,� .. _..... � ._ Px.W D6 0 -...; D x _ �® R1.03— �L_ fAtlDllir _.�. nr i NO TPARTIAL ROOF PLAN • AREAS A B C D2 D3 D6 D7 DB & H NOT TO SCALE X xole prwWW: cTpx84oT Dr4 ,F; Ot,m, m,aM: LLIIKLUDG PrunO OF °exgTWp pope McRPaxfl wlTx aePlutT MID Wee aMeET. WDa N41Y aDMON ®H¢ PlY aP Tx°AQmYwWIT°DK LL M8w MMCELUNeOm WF¢MpY ro PNWM waLL ° eFPNCF wRe°OTD eIOM rea'eMbMm r°Niuii °Cieor¢w°�m °p ww°noaee ma+ m�rW,wLwMwap,apmawaPpaMYwan,�¢PDLm,mP� mrDMMe,en naP eLawe axpaTwom TwrcoMruDTpprr w.wwwn. °� uO WixWw°C,Tnn atw aM0 E,aerPw �aMwD�WewxxFar rm oeruu.nD aaxwarnwpmsowEu a `� F'NtYBPW rmPPx°excpu w e. L or muaTWo ROOF McWflpvr axp Wwurim DOww TO BmeTMTG M¢CNPWCaLLY lMTW+ePHCMFD WE SN¢¢T Pep aaCE PPem4 aW+eRa ,.a^ evecMwD unuuTrx wpPD arro w- s o amPD as — s" M, Maxe am¢PWo mE nr m Tn¢pMovusne owaLoxw sneer. sroiMceLLawam capvexTm ro.apave*wau as evepro ppowD¢ w"a°ii e rwmxm ax�p r�ew Mn �vaw.w�i aPecawp. — PUDF.LL MEcxwuL eovu,te m Mw,MUM newer aaove ruwneo p�eWv wPaovwe a mi rw xDL MrrFaeTuaeRa MDlA Y roTwoWcnmWamTw W.eYaxTs, Twoi>fYencoMruir�w Pv.Mr. woWraxuxusoixDwoeau �LLaND flIeCMIGu., PpMlO D18COHx8CT aN0 PECOnH¢CTtON. IMeTa� aM0 Maxw aa� �.e a xpr�°MacnM..nmxa MrecriePTwm, Derr °0`8°°xaC°0Hu wc°iu'oe neMovL of so... soon MflMaw.na axp Wwurux Wwrr TO BYmiR4TG McCMaxgrAY FaenH N¢CMeD W¢ fMEtt A DMCE �em rqr ��• ox r TrsEun auuTwx eor,D + evemgD eaa Mpoago ass¢ I-L Hewn IT ADnFawa Dire vir a ni°PMDpwTs uvuoYO a:D TO aL cFauxzous capPFMRr To vanaPar wau as svecwgo To MwWDs axo xew MeraL coPWD cps ae BPeeiPlflD. w u MCLYuuieu eo�wueM u+D a°mn<F uqe ra uaM Pcr Mi rexru°r°, M �we rWlexeD aom aeawca monde a ,wean uW rw rroL xaRBRG w waW+mn wm+ rw sscwewx roe w To Two Wox ai eVeM0. axp a Two RI reap eoxiw�erowe wapxaxn. wmx �MFlumaW swat axo eLDcrmcaL rmam OMCOrWeCr anD ePecir'maTans.Trer.°Tivaxp�NMu+°°w:eTv°PawPBic meu me.°Maeu a,gwn 0 z ® ;®; ® ® =I]-- Yp � .. +— — — — Ma G M- Cum MFD wG UMT CURB EW8 66�i� pw -T' OWwgPWT F OPOOi EIIMMWWt MEIXEOOE METKEOOE PqE Wr1 WYwN1 °� EWI� D vFWfMUEOUI�TED W mPP DRNx ROOF Dprx OW ROOF DPNN BPWHBLOIX nWREN ww.rPAN �T Ell ❑ e® aD s si °wD �y Em — mcxaw vewr sracP rwos wem,wrcm MgcFLv —s Roorw.TDx EmeawPPER Tx war. eP,sTD� Mw— RreewrL ROPE 9TaWf °B MpuwED VFM mCM PIwa EmIrwEw eOUPPEnw OOLLQCTOX MFID BGIPPFA bIENLOw P00P P DIPF- PMYP¢l DItYLp,R R,.DD ROOFLEGEND ❑L WIPE pool BYeTEM as evEEiPIED &D Tom Registered EngineenrgrFi. F-6498 1320 Spi ks Road Fl—, MM7.nnd,, TX 1w w t�amL °wm`am+rwtvm,p IL F Z W U U UW J Z Y U0U) O w X 0 M 2 I—JYUY Uu-000 LUOm20 fn 0 M000 D UJ TU-)-J PARTIAL ROOF PLAN JOB 2013050148 DATE 06/12/2013 DRAWN BY: JWST/JA SHEET R1.03 wpq(-,EE. —;D. E, a.,.1, =.11,.1.E, aNat1 MCLJO¢ PPWreO �eW1WG Pa�MENBP4M¢wInlBAavNAL, Pull N48 Alm [T40cWMO UP IN Mal Ise NMmux NB,anf4oLi nNrclrenl — e1w4t¢. vn I.I rdN xOt MMWARUPFNro WAPAANT WIIN x0 FMWMOx vo EVa rO4iwor INa, BIIaLLNAC ¢vPM,L aNCW I�TfMmN1N.VcrOWAMBL]NPL PFecslctru11ON..'. oeimu wot10ww P:Lereu�a%c e�anc `Ex'wMc �E,w�ecm�ePEueeal'�meiaoia"na�ce ua pre viv TTo��¢a iovfi<en�c u'vi.n�roxulee,�Na eaweciieo, aaaN'wEruia Ciuewr"w�`. EOU �EMTaaI. afmKF LHEB TO B.X, MCN R'1 MINI" NegM ABOVE NOU PVR— MIONOE A rweMrt DP' P'ean xOL ManuPACruNaa] No R'l wxereN NMLevfPrte, TwOE�TEPN OLPIPINO %ONaEE µNe1Wt xabO M4Wfr- _ NR4 BFIKNh —.1 WECMgAgONe, Oflwb AND NaON afcAU 01 tLAVMwLMea. OOF McNOMN.:N 11p—ZoN axBeT PNN aeCE N R. W Du IND 1-1 vEN ni +,wI�M'w° Do, c=Ev o�auX INEf,1MY Iml rNu xOL MCN P rwln Vlswcao wc,O0.0xs wANiwim'. wox ANO eLecmlc4, RVIxO On MACW u,egPW evOaPlulbMecce,MbE-Nua1FAC JVE B0L.=V POA4 _ ----------- -------DSi --------- N H ,�i�}Iy,�PARTIAL ROOF PLAN -AREAS OT TD SCALE RTw /]���./'jI(y� ryo� ROOFLEGEND X� ICJ ® :•, © ® vN�VA00P ` .0 �� eti DRa0PEr91EM.E — E08ARNWXO LwE NTEO O,aCN C gBM0UNR0 Aq UNIT IMa MMCE 0O1VN8 W T eTMO ROOF uET4 FOOf RMc wN1 g6(wwy V!N VENT T Wvv awN POW ONM m4:PPtITV ROOF OPwM aRaeHMMNt WNJrtEaE M'FIPNMWM ■ E® ® ;m; oil wEI NEe in a N E. 4f00 RM M}CX PAM PROOE6a YEN TBTACN PLN08 KENUMMC01n WeCEJSME e R NATCN OVEPPLQV EOOEeOWVEP agNwwl =NO -_ Ell 9 aCN NOuma WN MTCNPMIB EOMPMFN OJ ecu PER CMa OTE MINFID SOU— OVE SLpV ROOF v OMECMx vMMET yOLgNT D-N Tms Registered Engfneedng Finn F-8098 1320 SpIffim Road Flower Mound, TX (r!2•/S �oamg o �_.A la BIN ISMS aTPJCTgx WnYlP,a w z w U U U w J z Q y � < 0— 2 co w X oco ?2Qp� UJ y LLUQU w 0 0 2 0 co co 0cooco d U J - J PARTIAL ROOF PLAN Job 2013050148 DATE OV12=13 DRAWN BY; JH/ST/JA SHEET R1.04 3 0, u PARTIAL ROOF PLAN -AREAS F1 & F2 1 NOT TO SCALE N TN $I� CK w x m,O; Po, De,a Oa Oa. w,a; 6;ax: MHBtaweamare BOMD MWOPecM°�Nm'MNLLr MNeRE ePeGNmm eAee axeEr, AxD Puur.oxenwO oxe Ptr a TNenMorueTx: _ MMcewxewa ewaeNTRr ro rARAPer WKt w°°°cN iei: :°x EGMc"N9miwt °IHo'YRoa —FACE. crn pP� vW Nx MMueAewMRe wMRANn wml x0 eAcwenx�POR�w�B new wOPi BMKt aIw wCW a KMDEiEcrwcAl rMlMO.—N—AMG HacMWOx wrtALLATmx wut ArMYePm, Ue, ae M NR NRu. I— ortaaa ANo MMwACNRHe Ouoe+wea w oOPeecmxaeac: ain HAu wiOi:uoE RH,WK oP Eaimxa ROOF ME arm weuumx oowN ro wMTRAie MecNAxlcM1;ty eaeTEN BPegIMe ease exeeT rEa Ma: R1.06 r RMHM, ADxHp ,r ace xlMn wwuTmxNOARD MO u� au�TRAre —R7.a5 etvAw°ro°rtahaar. wnKirrewD e wePrtivrav io nANlRnA�oeiwMUM HecmeoroPRovwe wau IWxIxOB AND NEW MlTK GHwO W M BPlgPMD. pAMe M1LL MlOMMN:At ¢O DeRWIINM TO a WE D IeT MMMUM NEIONT M1BOvB aR�`.n �,Y — gkL �B�NFMYI'WE DO) NAc wo 'ems �"xM"`o DxNE�T A«o Q�x DD—DwN: M PH xReA, aMMNA. Maosrra arlrnx:nmNN oeiww A'�xD nuwi elruRERsouwauxea WORN aW�tA WC4m8R°P eNMTUxI WOP MBMBRME MO wBV4.twx Dowx ro auertRATe. MecNaxrcKtr PMreM avecRreo WE Meer PER Axe GRrtEwe. AowRe wHeUeaireo eBes t°M'ioaP lo'wu¢ 6xlE AND NLL AONHWO OxE OtY OP TNFRMOPIAeTN: wVA;OYW aMFET. EuaMgNl CARPeNTRr TO OMEVBT WALL M wRGMMD TO OPwO W M ePecPMO. au LL ama zAt EWMMEHT BwwR! LxIPA TO wOXT R1g1 te'1 MWIMUM NlIOM M1eOVe IwMxfO ROOP eCRVN:e PPOWOfi M1 TWCNiY p01 rHF NOt ED vfixf0. ui0 A rYN qI YWt caNfwcTORY WMRAxnNCMwOw�i Oe ALL xvAc AxB eLLOTRN:A,. wPINO gxOwlCti arm PEcaeSClmN� RroTAWWON MULL 0! Ae P[R wlcM1. aNMNA AMPew4 HF<MmATmxa,OaTARHAPq MMUPM1GWMeR'9OUNel1Ne0. I I ePEC FlEOE Roof 8Y8TEM eWRWMBInO PWmE—D aTMN eUMtwMEO NM GIRB MDUNrep etUxEOUe all WWNePOU! Ww41w0 q0a WOK E METKEOOf RM¢WNL RMFW � WPMEMT veM EODYMEwr EWIwMM ONPP awM POOP ORAw OVFRPtOw ROOT awes SPiabwtOq( Jarr! rWOv�irP PWONPM PROCEBavgr vFM rtAd( FIAN m�,oMMe ON MWw[Fu ab rIATO� EDO¢BOIWP¢R TNRO aw eMe� PAR,=ET PL9¢W—ia1 M 9Tadt xelaRED VFM E 9CUPPFA caleO —I XLVPFA ""` OYlHLOW ROW GNGi weal PARAPET ax1LEM0 Tons Registered Engi,—Ttrrg Frm F6498 1320 Spinks Row Flower Moues. TX \ irDm F�2•iS m =EaA ^s Vie„ g o; iee. 1.Noa,MxB+a w f— z w U U Uw Q z Y D000 w LL 13 H J Y V Y U LL 0 0 0 '00�0 Co 0om — � to D PARTIAL ROOF PLAN JOB 2013050148 DATE =12=13 DRAWN BY: JWSTIJA SHEET R1.05 a¢oPEEBw�N WSOP¢Ecg11OOF FOCI M. Oi,O4ax: .11 PR4T�Ra'MAdfiPEL9uBSTRAr¢ BOARD b "ecoIPA.mu., 1—c S [ VRO 4.4 l YplAwplPdlE@4i�paiABtBLi NBw MIBRLUREW1a CNVeNTm TO F— WALL NBCVIEo! PAI9EPnLL MFCNANICAI EOWPMEM ANDD BlMRNCE LWEa TO ¢WM INd M9 MWWUp NEGIR AAOVE q..9 ROOF SURPACL PR. A Twiam' nM NAn xOt MAMVPARURCR'f wAPPAMT WIp MO PYCLUfroN PM UP TO TWO wd lis -'Lw, NN uoeit. AND AlWO1�CTEAR COmpm mw wMRAMIY. iPMw.L C PNWMKNANAW9MIML aMCWKAigxe, o¢Ta48A n MAxUPACNaPFe OU�Lpfil eooreenroxnaac: PnB1ExR—c—e C11 vnR ABLE DCutOm1 �rW VnC la' aPHC it o IxBULATbN BMPo ANO lu" eu9BAATE iavwr�wPai'@¢i"fliNs A'rciLEAa aP¢pprcD ro paan ewx`uwt KKHroi'Mwp°uBi wiq F.- Pne¢ALaeovwe Twexn 19M YEAR NDL —AC= aA AZOU122iMaxo ENCLUMON FOR Wa RO TVOMCN (!^)D ALSOxYL¢YBMB, iwoLMTEARcdrRAcraro wnnlC—DRECON—AL9?aeiLiuTw"aN eMu AND 4HCArcAI PIWNO dBCCxNECT ANO R¢CONN¢rnox. s�LF enln Pw NRcn, aMAcru. AxaYSPRL aPocMxaiax4 Dnau PAD A ¢Rreaum¢LWe4 vnulaN�u"nc'iuoe EN— OF awnNo Roof KM@WE FAD Waul.,aN Dwie@iDs@:oiaa@ ie rLriweaeD weuuTrol''�BD'�'Ano Rail SUBSTMIE @aRo b SPlCMdrto.'PULLY AdFRf epEGFlfiD fBB MODMMD ANI: Ow MrccELLwEwB OCARvaMRT TO PARPP[! LL�ABABPFMPwA ro W09 PRO MeW METAL COVWO cAv qe BPECIFlEO, pu _ Wd lad pupVM xTT 1aM iEm xOL Wrt4 Aw'M A,Yro RI @ut mMMPmR'@ wRRwilrt wolu NCLUN ALL NYAC FAD ELECIWCAL W 9AucxA AXBpBPPI, zl� Rx.m I ! I /°" /...~'..n--RD .:�"...,...��.�.�:�»",.::W •�"a..w;:we.wav-..."'"moo! L0'" D1 ®� 1._. k. ao I D2 D ✓aD waN B• �'S REoz ��•= I F - lOW I I I • • xaPe 3 i' PtAt r r aPe• r ,pp® G1 _*�PARTIAL ROOF PLAN - AREAS D7, D2, G1 & F3 OT TO SCALE 0 21 ® t®; a ® v vl/T�� e ■CB +o- � ❑ L �v�Eo Ra0F 9Y311M A9 SalAl BWO n— 0 NOTsrK uRB uwT[O w<-T CUft UM Mwc41 1US IiAdpp�00M1' pp��[[��yy eWWN Po I DOwVaroUT mixoNwv @iu OPOE METK PDOE -E— ieE wai lOWMFIH EWMMFMWPP D OVERPLTV ROOFDW.W BvvaNBLOd 0 wlExvrweiaN i E® EN ® I ❑ ® R MBE— 'Ei vrtcN pAx VENT ST " M•C@ILPNSOw NATCN aD'W" EOOE BaPPBR STACN PGx MOLwRDVFWr prtcx valB lOUIBMlM eW,PPFR OALEciOPrHWO NMWL vow OivFDTgN PARAPET —1ONr K`w■ �. W Texas Registered Engineering FIRD F-6498 1320 Spinks Road RYwar Mound, TX v TW 4@ o f � W_ t9y m a,gymg e�EE L USSON ISSUES US �+eTRucrido5nvm19 w z w U U U W J z Q Y '55 �Ov_, macaw<X LL � J y ULLUQV W 0 0 0 0 m o m of fL U J J PARTIAL ROOF PLAN JOB 2013050148 DATE 05712R013 DRAWN BY: JF'JST/JA SHEET R1.06 fT Gr Jo 8 Y �4 3 m D � r ❑ 5 o r D 3 Q � Z m A F xg q �q ® ❑ 0 0000 0 0 0 MIN fill 0 1 as i $g il 0 H111,11 1� H HEAT/VENT UNIT REPLACEMENT a &^+�^" ..a: N LUBBOCK MEMORIAL CIVIC CENTER KITCHEN --"'�- OFF FLASHING AT DUCT DETAIL DTALL PARAPET DETAIL 6 PARAPET AT TILT -UP RISE WALL DETAIL 2 LOW PARAPET DETAIL ROOF EDGE DETAIL I 3� AR111K0 Terre R.&*Vd &gkmrkq Firm F-64 1320 Spkft Rued p—Mq 4,TX m r«, W H Z W U U U uJ J Z Y�5 �Ocn �mw�x LL UJ Y LLUQU ui000 3 co co Omom d U J - J ROOF DETAILS JOB 2013D50148 DATE 06t12=13 DRAWN BY: JH/ST/JA SHEET R2.01 I I SCUPPER- TYP. EXT. ELEVAnON NOT TO SCALE i TH "��. / •vim auwa - rr -- ------------ --- SCUPPER -TYP. EXT. ELEVAnON NOT TO SCALE 8 FIELD EJ FOUR WAY DETAIL 8 THROUGH WALL SCUPPER DETAIL 5 FIELD EJ 3 WAY DETAIL xmou SURFACE APJMW Twine Rep SW d Er4n—m g Fim F8986 1320 S" P.W P~ Mound. TX Ca•o �. n L.K•13 s � w x Lu w F Z w U U Uw J Z Y�g o0U) w x mj2Qp� F J Y U Y ULLUQU "Um cm N W :D � ROOF DETAILS JOB 1013mi4a DATE WV2013 DRAWN BY: JWST/JA SHEET R2.02 4 CURB FLASHING DETAIL SKYLIGHT FLASHING DETAIL 3 PIPE BOX FLASHING DETAIL 7 OF3 . 8 DRAIN TAPER PLAN -� ow .« J o..omva STACK FLASHING DETAIL FLASHING DETAIL �1 � �11111111111AI 41 OOF DRAIN FLASHING DETAIL FLASHING DETAIL 9 z O� T— R69WWVd EnpO-*V Film F-E49B 1320 Spinlm Rwd Fl— Maud, TX �J �n.13 8 IW- Z W U U UW J Z Y�g QOcn �mw�x LL I-JYUY 0LL0 0 '000 0 m c m tY-7u�7 a U J - J ROOF DETAILS JOB 2013050148 DATE 05=2013 DRAWN EY: JKSTIJA SHM R2.03