Loading...
HomeMy WebLinkAboutResolution - 2017-R0134 - Flynn Southwest - 04_13_2017 (3)Resolution No. 2017-RO134 Item No. 6.19 April 13, 2017 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. 13254 for Roof Replacement at Eddie Dixon Studio, by and between the City of Lubbock and Flynn Southwest, of' Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on April 13, 2017 molar DANIEL M. POPE, MAYOR ATTEST: Rebe ca Garza, City Secret APPROVED AS TO CONTENT: Mark �arwood, Assistant City Manager APPROVED AS TO FORM: Kelli Leisure, Assistant City Attorney ccdocs/RES.Contract No. 13254 Roof Replacement at Eddie Dixon 3.08.17 Contract is viewable in the Office of the City Secretary CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-177874 Date Filed: 03/13/2017 Date Acknowledged: 03/14/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Flynn Southwest LP Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Texas 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 17-13254-KM Roof Replacement at Eddie Dixon Studios 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2017-177874 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Flynn Southwest LP Lubbock, TX United States Date Filed: 03/13/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 17-13254-KM Roof Replacement at Eddie Dixon Studios 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. A��� Lara C Vaughan Notary Public State of Texas My Commission Expires OFS�� 3/26/2019 Signature of a thorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE �1 / Sworn to and subscribed before me, by the said U this the day of%�/ v , 20�_, to certify which, witness my hand and seal of office. w . ignature of officer admi t tering oath Printed name of officer adKilinistering oath Title of officer dministering oath 4& Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: April 13, 2017 City of Lubbock Specifications for Roof Replacement at Eddie Dixon Studio RFP 17-13254-KM CONTRACT 13254 PROJECT NUMBER: 92359.8302.30000 Plans & Specifications may be obtained from BidSync.com ,;2,0 i7, Rv 13y 3yCity of CITY OF LUBBOCK Lubbock, Texas Pau Intentionally Left Blank City of Lubbock Bid RFP 17-13254-KM City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio Before 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 copy of every item listed. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. 4,L-' Include BID BOND or CASHIER'S OR CERTIFIED CHECK 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. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. 6,eL,- Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. (A--' Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. L Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. e -, Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10.1� Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 11. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time 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. FLYNN SOUTHWEST -- (Type or Print Company Name) 211012017 8:09 AM P. 5 Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL PRICE SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank r 4. NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 17-13254-KM Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m. on March 1, 2017 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Roof Replacement at Eddie Dixon Studio After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 p.m. on March 1, 2017, and the City of Lubbock City Council will consider the proposals on March 23, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on February 21, 2017 at 10 a.m., in 1625 131' Street, Room 204, Lubbock, Texas. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS \\ Pa2e Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Roof Replacement at Eddie Dixon Studio per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m. March 1, 2017 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00 a.m., February 21, 2017 in 1625 13' Street, Room 204, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.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 proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. t. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at htW://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS i 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. t 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and t Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Kristen McAvoy, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas79401 Fax: 806-775-2164 Email: KMcAvoy(a,mylubbock.us Bidsync: www.bidsync.com 13 T1ME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 60 CONSECUTIVE CALENDAR from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 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 �e f� i� representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents ..': provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of 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 a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK 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 20 21 22 23 reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors i._< shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name Flynn Southwest 29.3.2 Proposal RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 31 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the Cityuses the "Contractor's Statement of Qualifications" attached within and past experience Q p p with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points XWeight =Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. a 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $65,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached 'or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the proj ect. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not r less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM LUMP SUM PRICE PROPOSAL CONTRACT DATE: 2/28/2017 PROJECT NUMBER: RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio Proposal of FLYNN SOUTHWEST (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Roof Replacement at Eddie Dixon Studio having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the renovations of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to renovate the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL ITEM NO. DESCRIPTION UNIT MATERUXLS LABOR TOTAL PRICE Roof Replacement at Eddie Dixon Studio. Base Proposal consists of the materials & labor for the 1 necessary improvements for the above referenced project as LS 32,000 20,000 $ 52,000.00 further specified herein. ITEM NO. DESCRIPTION UNIT EST QT1Y UNIT EXTENDED COST COST Removal and replacement of any damaged or deteriorated A wooden nailers as described in the plans and specifications. Bd-Ft 1 5.50 5.5011-F GMV Ofteror's Initials DURATION 1. Number of days required for construction: TOTAL CALENDAR DAYS: Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 60 Calendar Days M1 Completed by Contractor thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $250 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in . j accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that -_ offeror will cnter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. GMV Offeror's Initials 11 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of TWENTY SIX HUNDRED Dollars 2,600 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. Seal if Offeror i✓ a Corporation) ATTEST: Secre Offeror acknowledges receipt of the following addenda: Date: 2/28/2017 u onzed Signature GREG VAUGHAN (Printed or Typed Name) FLYNN SOUTHWEST Company 3311 81ST STREET SUITE A Address LUBBOCK City, TEXAS LUBBOCK County 79423 Addenda No. Date State Zip Code Addenda No. Date Telephone: 806 _ 8535123 Addenda No. Date Fax: 806 _ 8535123 Addenda No. Date Email: greg.vaughan@flynncompanies.com FEDERAL TAX ID or SOCIAL SECURITY No. 471731825 MIWBE Firm: Woman Black American Native American Hispanic Amcrican Asian Pacific American Other (Specify) I Contractor's Organizational Experience Organization Doing Business As FLYNN .SOUTHWEST Business Address of Regional Office 3311 81ST STREET SUITE A LUBBOCK, TEXAS 79423 Name of Regional Office Manager LARA VAUGHAN Telephone Numbers 8068535124 Main Number 8068535123 Fax Number 8068535123 Web Site Address www:flynncompanies.com 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 Flynn Group of Companies 1973 present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the.proposed project: As a General Contractor 50 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? no If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? no If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? no If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? no If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? no If yes provide full details in a separate attachment. See attachment No. 1, (_ Contractor's Proposed Key Personnel Organization Doing Business As FLYNN SOUTHWEST Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. SEE ATTACHMENT REGARDING KEY PERSONELL Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Greg Vaughan Chris Waits Project Superintendent Francisco Olmeda Matt Hill Project Safety Officer Gilbert Rodriguez Matt Hill Quality Control Manager Greg Vaughan Francisco Oimeda If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Name of Individual Flynn Southwest Greg Vaughan Years of Experience as Project, Manager 28 Years of Experience with this organization 2 Number of similar projects as Project Manager 100 Number of similarprojccts in other positions 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Texas Tech New Dormitory 10 3/30/17 Denver City,ISD 10 8/1/17 Post ISD 10 6/20/17 Reference Contact Information(listing names indicates a rova[ to contacting the names individuals as a reference Name Bill Adling Name Bradraper Title/ Position Owner Title/Position Owner Organization Adlin Associates Organization Armko Industries Telephone 8067480880 Tele hone 8067810738 E-mail billadlin adlin .com E-mail bdraper@armko.com Project I numerous Project numerous Candidate role on Project Name of Individual Project Manager Candidates role on Project Project Manager Chris Waits Years of Experience as Project Manager 7 Years of Experience with this organization 2 Number of similar projects as Project Manager 25 Number of similar projects in other positions 30 Current Project Assignments Name of Assignment Percent of Time Used for this Proicet Estimated Project Completion Date TXDOT Lubbock. Phase 182 25 3/30/17 TXDOT Littlefield 25 3/10/17 Name Bill Burger Name Title/ Position AIA/Princi al Title/ Position Orizanization Wiss, Jane ,Elster Assoc. Or anizadon Telephone 9725507777 Telephone E-mail bbur er@wje.com E-mail Project TXDOTS Project Candidate role on Project project Manager Candidate role on Project 1 Proposed Project Superintendent Organization Doing Business As Flynn Southwest Name of Individual Francisco Olmeda Years of Experience as Project Superintendent 30 777 Years of Experience with this organization 1 Number of similar projects as Superintendent 100 Number of similar projects in other positions 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date SEE ATTACHMENT Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role on Project Matt Hill Years of Experience as Project Superintendent 12 Years of Experience with this organization 2 Number of similar projects as Superintendent 100 Number of similar projects in other positions 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated. Project Completion Date SEE ATTACHMENT Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Safety Officer Organization Doing Business As Namc of Individual Flynn Southwest Gilbert Rodriguez Years of Experience as Project Safety Officer 20 Years of Expericnce with this organization 1 Number of similar projects as Safety Officer 100 Number of similar projects in other positions 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date SEE ATTACHMENT Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role on Project Matt HIII Years of Experience as Project Safety Officer 4 Years of Experience with this organization 2 Number of similar projects as Safety Officer 50 Number of similar projects in other positions 50 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Comfiletion Date SEE ATTACHMENT Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Pra'cct Project Candidate role on Project Candidate role on Project 1 Proposed Project Quality Control Manager Organization Doing Business As Name of Individual Flynn Southwest Greg Vaughan Years of Experience as Quality Control Manager 28 Years of Experience with this organization 2 Number of similar projects as Quality Manager 100 Number of similar projects in other positions 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date SEE ATTACHMENT Reference Contact Information (listing names indicates a roval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project ILI Name of Individual Candidate role on Project Francisco Olmeda Years of Experience as Quality Control Manager 30 Years of Experience with this organization 1 Number of similar projects as Quality Manager 100 Number of similar projects in other positions 100 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date SEE ATTACHMENT Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Pro"ect Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment,A 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 pro'ect. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. .Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use bh.this project. Attach Additional Information if necessar Equipment Item Primary Use on Project Own Will Lease FORKLIFT SKYTRACK HOISTING X ASPHALT KETTLE ASPHALT HEATING X X What work *ill the organization complete using its own resources? ALL ROOFING AND SHEET METAL OPERATIONS What work does the organization propose to subcontract on thisproject? WE ONLY SUBCONTRACT MECHANICAL. ELECTRICAL OR PLUMBING WORK, WHEN REQUIRED Contractor's Subcontractors and Vendors Organization Doing Business As Provide a list of subcontmetors that will provide more than IO percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm NONE Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro " sed for use on this project. Attach Additional lnforination..if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm AHERN RENTALS SKYTRACK X L. Protect Information Project Owner Project Name General Description of Project MEMIMEMEM Budget History Schedule Performance Amount of Bid Amount Date Days Bid 52,000.00 100 Nodcc to Proceed 4/1/2017 1 Change Orders Contract Substantial Completion.Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed 4/1/2017 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 51112017 Final Cost 52,000.00 Actual / Estimated Final Completion Date 511/2017 Project Manager Project Sup Safety Officer Quality Control Manager Name GREG VAUGHAN FRANCISCO OLMEDA GILBERT RODRI UEZ DREG VAUGHAN Percentage of Time Devoted to the Project 100 100 100 100 Proposed for this Project Did Individual Start and Complete the Project'? If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner SEE PREQUAL ATTACHI JENT Designer _ Construction Manager Surety Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 Number of Issues Total Amount involved in Pendin 0 Resolved Issues 0 Bidi�C��i'tNA AKM Current Projects and Project Completed within the last 10 Years Project Owner I TEXAS TECH UNIVERSITY Project Namc MEAT LAB General Description of Project: REROOF AND SHEET METAL Project Cost 110,000 Date Project Completed 12/5/2016 Key Project Personnel Project Manager Project Superintendent Safety OlTrcer Quality Control Manager Name GREG VAUGHAN GREG VAUGHAN I FRANCISCO OLMED MATT HILL CHRIS WAITS Reference Contact Information (listing names indicates upproval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail Owner TYREE WOODARD FACILITIES TTU 8067782173 tyree.woodard ttu.edu Designer BRAD DRAPER PRESIDENT ARMKO INDUSTRIES 8067810738 bdraper@armko.com Construction Manager Project Owner SEE PREQUAL ATTACHMENT Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager ProjeclSuperintendent Safety011icer Quality Control Manager Name Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Titlei Position Organization Telephone E-mail Oumcr Designer I Construction Manager Project Owrtcr SEE PREQUAL ATTACHMENT Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Projcet Manager Project Superintendent Safety Officer Quality Control Manager 1 Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Titicl Position Organization Telephone Email Owner Designer Construction Manager } City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker, If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, fumish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. riginal Si ature CONTRACTOR'S BUSINESS NAME: CONTRACTOR'S FIRM ADDRESS: GREG VAUGHAN Contractor (Print) FLYNN SOUTHWEST (Print or Type) 3311 81ST STREET SUITE A LUBBOCK, TX 79423 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. REP 17-13254-KM Roof Replacement at Eddie Dixon Studio Ll l;` L� City of Lubbock Bid RFP 17-13254-KM i SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. i GMV Offeror's Initials 2/10/2017 8:09 AM p• 48 f__, City of Lubbock Bid RFP 17-13254-KM d QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS IRUNN_�i1 11112:T/Ia1:4 74 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signa re BRANCH MANAGER Title 2/10/2017 8:09 AM P. 49 City of Lubbock Bid RFP 17-13254-KM SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of S25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FLYNN SOUTHWEST FEDERAL TAX ID or SOCIAL SECURITY No. 471731825 Signature of Company Official: Printed name of company official signing above: GREG UGHAN Date Signed: 2/28/2017 2/10/2017 8:09 AM P. 50 It Page Intentionally Left Blank City of Lubbock Bid RFP 17-113254-KM PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1, NOT APPLICABLE TO THIS PROJECT 2. 3. 4. 5. 6. 7. 8. 9. 10. il. ry 12. 13. 14. 15. 16. i Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ a ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: FLYNN SOUTHWEST (PRINT NAME OF COMPANY) _v RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio 2/10/2017 8:09 AM p. 52 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS ' City of Lubbock Bid RFP 17-13254-KM FINAL LIST OF SUB -CONTRACTORS rr t... S Company Name Location Services Provided P Y 1. NONE 1--.� 2. 4. ff 5. 6. 7. 8. 4. 10. 12, 13. 14. ._; 15. 16. SUBMITTED BY: FLYNN SOUTHWEST (PRINT NAME OF COMPANY Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ a 11 ❑ ❑ o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ o a o THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio 2/10/2017 8:09 AM p. 55 Pase Intentionally Left Blank PAYMENT BOND \\ Pa2e Intentionally Left Blank ISSUED IN QUINTUPLICATE Bond No,: BDTO-480028-017/57687-17 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MENT BY THESE PRESENTS, that Flynn Southwest (hereinafter called the Principal(s), as Principal(s), and T. ber—ty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of fifty-two thousand Dollars 52 000 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 13th day of April, 2017, to RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio. and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 26th dayof April 2017. Liberty Mutual Insurance Company Surety *By. r4l A, — ( e Andrew nn, Attorney -in -Fact V137nn SnuthwPst, LP (Company Name) By: daYer Ak(r,-15 (Printed Namp) �'/ �v (Signature) ITS Corporate surety Facilities (Title) Manager The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Michael Herrod an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty mutual Insurance. Company Surety * By: (Title) And wLi ermann Approved as to form: Attorney in—F ct Ci of ock By: ity Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 100022007 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint..... Michael J. Byrne, Sal Tse and Andrew Zimmermann,..... ALL OF THE CITY OF Winnipeg,..... PROVINCE OF Manitoba,..... each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon and Company as if they had been duly signed by the president and attested by the secretary of the company In their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: Pursuant to Article XIII, Section 5 of the By-laws, Paul McIntyre, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Toronto, Ontario this 26th day of May, 2014. LIBERTY MUTUAL INSURANCE COMPANY ® BY Paul clntyre, As ' t Secretary PROVINCE OF ONTARIO CITY OF TORONTO On this 26th day of May, 2014, before me, a Notary Public, personally appeared Paul McIntyre, to me known, and acknowledged that he is a Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the auth```�ptglgl� direction of said corporatioWyfir4bove IN TESTIMONY WHEREOF, I have hereto subscribed my name and affixed my ` aElaOt. ,'I�n , 'o, t day an written. NOTARY ob Clint PUBLIC Notal Public in and for the Province of OntSo CERTIFICATE I, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company in Canada, do her ff1I ri4d �TTginal power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify t i41�Itl111* %r or official who executed the said power of attorney is a Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII, Section 5 of fay -laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12"' day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing qw)n -Arpp i ied copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with.tQ Tm1 Qrirce dd effect as though manually affixed.!: IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 26 day of.,, ` n 0 17 Michael Weiss, Ass s ant sac(ett�ry' ^, � ISSUED IN QUINTUPLICATE BOND NO.: BDT0-480028-017157687-17 PERFORMANCE BOND Approved by The American Institute of Architects AIA Document A312 December 1984; 3rd Printing March 1987 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address) SURETY (Name and Principal Place of business) Flynn Southwest, LP 311 81s` Street, Suite A Lubbock, TX 79423 OWNER (Name and Address) City of Lubbock 162513t' Street Lubbock, TX 79401 Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 CONSTRUCTION CONTRACT Date: April 13, 2017 Amount: Fifty Two Thousand—xx/100 DOLLARS ($52,000.00) Description: RFP 17-13254-KM Roof Replacement at Eddie Dixon Studio BOND Date (Not earlier than Construction Contract Date): April 26, 2017 Amount: Fifty Two Thousand--xx/100 DOLLARS ($52,000.00) Modifications to this Bond: CONTRACTOR AS PRINCIPAL (Seal) Company: Flynn Southwest, LP Signature: bz-,z Name and Titl . kjcL (-},✓ t (mi US Corporate Surety Facilities Manager ® None ❑ See Over SURETY (Seal) Liberty Mutual Insurance Company Signature: Name and Title: Andrew (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Aon Reed Stenhouse Inc. 1800 - One Lombard Place Winnipeg, Manitoba, Canada R3B 2A3 American Institute of Architects 01/01/93 A.I.A. Document No. A-312 A312-PER.DOC 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under this bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Suety to be held not later than fifteen (15) days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to acontractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construction contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bond issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: l After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen (15) days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non- performance of the Contractor. 7. The Surety shall not be liable to the Owner or other for obligations of the Contractor that are unrelated to the Construction Contract, and the American Institute of Architects 01 /01 /93 A.I.A. Document No. A-312 AIA-A312.PER Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. 31/12/84 31/12 AIA Document A312 (Updated March 1987) American Institute of Architects 01 /01 /93 A.IA. Document No. A-312 AIA-A312.PER 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: be lT14(C/lyPVf THIS IS TO CERTIFY THAT/y,4U �4k77J✓�l7 Y + (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 LINIITS 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 $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER (- -' The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. t CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; C (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage a showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; V-1 (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS. ILI REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to _w report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (IT), with the certificate of coverage to be provided to the person for whom they are providing services. Paae Intentionally Left Blank `.� CERTIFICATE OF LIABILITY INSURANCE DAT (MMtD01) 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 have ADDITIONAL INSURED provisions or 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 CONTACT NAME. Aon Risk services Central, Inc. Chicago IL Office PHONE (A/C. No. Ext): (666) 283-7122 aC ; (800) 363-0105 E-MAIL ADDRESS: 200 East Randolph Chicago IL 60601 USA INSURER(S) AFFORDING COVERAGE NAIC If INSURED INSURER A Zurich American Ins Co 16535 Flynn southwest LP INSURER B; American Guarantee & Liability Ins Co 26247 3311 81st Street, Suite A Lubbock, TX 79423 USA INSURERC: American Zurich Ins Co 40142 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570066232827 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. Limits shown are as requested INSR LTR TYPE OF INSURANCE ADUL INS WVD POLICY NUMBER M LIMITS X COMMERCIAL GENERAL LIABILITY GLO EACH OCCURRENCE S1,000,005 CLAIMS-MADEX❑OCCUR DAMAGE TO E PREMISES Ea occurrence $100,000 MED EXP (Any one person) $10 , 000 PERSONAL & ADV INJURY $1, 000, 000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2 , 000, 000 POLICY ❑X PE0. ❑LOC PRODUCTS -COMPIOPAGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY BAP 0171282-02 11/01/2016 11/01/2017 COMBINED SINGLE LIMIT Ea • 'dent) $1 , 000, 000 BODILY INJURY ( Per person) X ANY AUTO BODILY INJURY (Per accident) OWNED SCHEDULED AUTOS ONLY AUTOS X FHRED AUTOS X NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE Per accident B X UMBRELLALIAB OCCUR AUC017132002 11/01/2016 11/012017 EACH OCCURRENCE $25,000,000 EXCESS LIAB H CLAIMS -MADE AGGREGATE $25,000,000 DED I RETENTION C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR I PARTNER I EXECUTIVE wc018065002 11 O1 616 11 01 O1 7 X SPER OTH- TATUTE IER E.L. EACH ACCIDENT $1 , 000 , 000 OFFICER/MEMBER EXCLUDED? (Mandatory In In NH) E NIA E.L. DISEASE -EA EMPLOYEE $1, 000, 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1, 000, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: Roof Replacement at Eddie Dixon Art studio, Contract #13254, Location: 2387 22nd street, Lubbock Tx 79411. The City of Lubbock Texas is included as Additional Insured in accordance with the policy provisions of the Genera Liability and Automobile Liability policies. General Liability and Automobile Liability policies evidenced herein are Primary and Non -Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. A waiver of Subrogation . granted in favor of The City of Lubbock Texas in accordance with the policy provisions of the General Liability, Automobile Liability, Umbrella Liability and workers' Compensation policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Lubbock Texas AUTHORIZED REPRESENTATIVE 1625 13th street Lubbock Tx 79401 USA (� c...KXC+f2 c�%L:1GVG t�if.S�1 p !�,( a��BCI ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD m c d 'O d 32 O 2 WAM YAW Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No. I Eff. Date of Pol. I Exp. Date of Pol. I Eff. Date of End. I Producer No. AddT Prem Return Prem. GLOO171283-02 11 /01 /2016 11 /01 /2017 11 /01 /2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Flynn Southwest LP Address (including ZIP Code): 3311 81 st Street, Suite A Lubbock, TX 79423 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit' as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV— Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW (04113) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: BAP 0171282-02 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization to whom or which you are required to provide additional insured status or additional insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to loss, except where such contract or agreement is prohibited by law. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 1013 0 Insurance Services Office, Inc., 2011 Page 1 of 1 CONTRACT I ] s Page Intentionally Left Blank Contract 13254 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 13th day of Anril, 2017 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 Flynn Southwest of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 17-13254-101 Roof Replacement at Eddie Dixon Studio and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Flynn Southwest's proposal dated February 28, 2017 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBO EXAS (OWNER): Flynn Southwest By: Daniel M. Pope, Mayor By: A T: PRINT D NAME: G ris ai s TITLE: Pivrirtl /j1o�'•tPr ! Rebe t Garza, City ecretary COMPLETE ADDRESS: APPROVED AS TO CONTENT: Company Flynn Southwest , Address 3311 81" Street Suite A Representative o acilities Management City, State, Zip Lubbock TX 79423 - ATT T: C " 1W(&4V1U- Idelli AS O FORM: Co rate Secretary Leisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 840' Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7 h business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-information Page Intentionally Left Blank CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. f I Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info form12951tm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Parry, 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, person, co- partnership or corporation, to with Flynn Southwest, 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 so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6.. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). r,. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. r 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. �T- SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction ` documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the coirunencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the N , Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's f . Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any 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 case, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the rime or place of discovery of such errors and regardless of whether i t(( 1 Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the-.1 Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance I F. carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to. the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' 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: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will ` provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; r (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250.00 (Two Hundred and Fifty Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially ` completing the work. ?I 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 proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial,.and final. Further, in the absence of timely written notification.of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's �'... agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application �... for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and j, including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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 but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay z all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify [.1 the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: J (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. 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 r~ and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a j penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual 60. HOUSE BILL 1295 DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasin /vendor -information 61. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank I EXHIBIT A General Decision Number: TX170334 01/06/2017 TX334 Superseded General Decision Number: TX20160334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 ---------------------------------- ------------------------------ CARP0665-001 05/01/2014 Rates Fringes CARPENTER ........................$ 20.81 6.76 ---------------------------------- ------------------------------ ELEC0602-008 09/01/2016 Rates Fringes ELECTRICIAN ......................$ 21.31 3%+9.05 ---------------------------------- ------------------------------ ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane .............$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ..............$ 27.50 10.60 ---------------------------------- IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 ---------------------------------- ------------------------------ IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 ---------------------------------- ------------------------------ * PLUM0404-001 07/01/2016 Rates Fringes PLUMBER ..........................$ 25.91 9.40 ---------------------------------- ------------------------------ SHEE0049-001 06/01/2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ...............$ 22.93 11.33 ---------------------------------- ------------------------------ SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER .......................$ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER...$ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ...............$ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick...$ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer..............$ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 Backhoe/Excavator/Trackhoe....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill .................$ 16.22 0.34 OPERATOR: Forklift ..............$ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................$ 12.70 0.00 ¢¢ PAINTER (Brush, Roller, and lSpray) ...........................$ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER ....................$ 11.22 0.00 TILE SETTER ......................$ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck............................$ 12.50 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 4.11 ---------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification .t and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average (- rate based on all the rates] reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based Ll on a weighted average calculation of rates and are not majority rates. LA indicates F the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those f classifications; however, 100% of !� the data reported for the t classifications was union data.. EXAMPLE: UAVG-OH-0010 - 08/29/2014. UAVG indicates that the rate is a weighted union t average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage ` determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. C END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS I I Project Manual for ROOF REPLACEMENT PROJECT EDDIE DIXON ART STUDIO 01/17/2017 Armko Industries, Inc. Texas Registered Engineering Firm F-006498 2 N W 7802 82"d Street, Suite 14 Lubbock, Texas 79424 Tel 806.833.6953 jakriZ m Fax 806.833.8539 GYty of gock rExas JANUARY 17, 2017 Project Number 20151112-48 Set Number ROOF REPLACEMENT PROJECT EDDIE DIXON ART STUDIO CITY OF LUBBOCK LUBBOCK, TEXAS ARMKO INDUSTRIES, INC. LUBBOCK, TEXAS JANUARY 17, 2017 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 05 METALS DIVISION 06 CARPENTRY 105 Miscellaneous Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION 215 Roof and Deck Insulation 509 Four -ply BUR 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 1 thru 8 1 thru 2 1 thru 6 Not Used Not Used Not Used Not Used 1 thru 4 1 thru 5 1 thru 24 1 thru 7 1 thru 8 1 thru 5 1 thru 5 Not Used Not Used 1 thru 3 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO k SECTION 01100 GENERAL REQUIREMENTS 1.01 DESCRIPTION OF WORK 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. EDDIE DIXON ART STUDIO 1. Roof Sections A, B, and C: Work shall include removal of existing roof membrane and insulation down to substrate. Mechanically fasten specified 1.5" insulation board per ASCE 7 criteria and adhere specified one-fourth inch 1/4" on 12" sloped insulation with one-half inch (1/2") on 12" tapered crickets with 1/2" substrate board as specified. Fully adhere an aggregate surfaced four -ply built-up roof system as specified. Install new miscellaneous carpentry to parapet wall as specified to provide wall flashings 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 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, ANSII/SPRI, specifications, details, and manufacturer's guidelines. 1.02 CHANGES 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. GENERAL REQUIREMENTS 01100 - 1 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 1.05 QUALITY ASSURANCE PROJECT NO.20151112-48 A. All work and materials hereinafter specified shall be best of kind described and, unless specified otherwise, shall be new and of best quality. The specified roofing system shall have been used successfully in the United States for a minimum of ten (10) years. B. All materials will be securely fastened in place in a watertight, neat and workmanlike manner. All workmen shall be thoroughly experienced in the particular class of work upon which employed. All work shall be done in accordance with these specifications and shall meet the approval in the field of the Owner's representative. Contractor's representative and/or job supervisor shall have a complete copy of specifications and drawings on job site at all times. C. Contractor shall plan and conduct the operations of the work so that each section started on one day is complete, details installed and thoroughly protected before the close of work for that day. D. Where any material is specified by proprietary name, trade name, name of manufacturer, generic name, or catalog number with the addition of such expressions as "equivalent as determined by Owner's Representative", it is understood that the material named is intended and no substitution will be allowed without written approval by the Owner's representative. E. Should a specified material not be available, a substitution shall require approval (in writing) of the Owner's representative and the roof system manufacturer issuing the warranty before being utilized on this project. F. Unless otherwise indicated, the materials to be used in this specification are those specified and denote the type, quality, performance, etc. required. All proposals shall be based upon the use of specified material. 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 often (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. GENERAL REQUIREMENTS 01100 - 2 1'"",., - THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 j EDDIE DIXON ART STUDIO 5. During the course of work, the Owner's representative may secure from the containers at the job site, samples of the materials being used and submit the samples to an independent testing laboratory for comparison. If the results of the independent testing laboratory prove that the materials are not comparable and equal to the specified materials, the Contractor shall pay for the testing and the Owner reserves the right to reduce the amount of the proposal by twenty percent (20%) if all work has already been completed before the test results become known. If the contract work is not completed when the test results become known, the Owner shall impose a penalty in proportion to the amount of work already completed, and all remaining work shall be completed with the specified materials. H. Application of materials shall be in strict accordance with the manufacturer's recommendations. In the instance of a conflict between these specifications and those of the manufacturer, the most stringent shall take precedence. Roofing system manufacturer shall have approval for and shall meet Underwriter's Laboratory fire rating Class A. 1.06 PRE -CONSTRUCTION CONFERENCE A. A conference shall be scheduled by the Owner's representative and conducted at the work site prior to start of work. The Contractor's project supervisor or foreman and the Owner's representative shall attend. Job schedule, submittals, existing conditions, and specifications shall be reviewed and any questions arising shall be resolved to the satisfaction of all parties prior to start of work. Contractor shall begin work within five (5) calendar days following Owner's signing of contract and/or issuance of the written notice to proceed with work, weather permitting. 1.07 SUBMITTALS A. Upon receipt of Notice of Acceptance of this proposal, the Contractor shall submit the following items. All submittals shall be submitted to the Owner/Owner's representative within ten (10) calendar days of the date on the Notice of Acceptance and prior to the award of contract. 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. GENERAL REQUIREMENTS 01100 - 3 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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. 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 the building. 2. Assume full responsibility for protection and safekeeping of products stored on premises. GENERAL REQUIREMENTS 01100 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO. 20151112-48 + EDDIE DIXON ART STUDIO i 3. Agree to hold the Owner harmless in any and all liability of every nature and description that may be suffered through bodily injuries, including death of any persons by reason of negligence of the Contractor, agents, employees, or Subcontractors. 4. The Contractor and all Subcontractors shall take all necessary precautions to prevent the use of alcoholic beverages on the Owner's premises. 1.09 SAFETY A. The contractor and all Subcontractors shall take all necessary precautions to keep the premises free of fire and safety hazards. The contractor shall prevent all agents, employees, licensees and invitees of the contractor from smoking on the Owner's premises and from operating or using any flame, spark or explosion hazard producing devices anywhere on or about the premises without the written approval of the Owner's representative. 1.10 INSPECTION OF WORK IN PROGRESS A. The Owner's representative will require the material manufacturer's representative to periodically examine the work in progress, as well as on completion, in order to assist in ascertaining the extent the materials and labor procedures conform to the requirements of the specifications. B. The authorized material manufacturer's field representative shall be responsible for: 1. Keeping the Owner's representative informed after periodic inspections as to the progress and quality of the work observed. 2. Calling to the attention of the Contractor those matters observed which are considered to be in violation of the contract requirements. 3. Reporting to the Owner's representative, in writing, any failure or refusal of the Contractor to correct unacceptable practices called to his attention. 4. Confirming, after completion of the work and based on his observation and test, that he has observed no application procedures in conflict with these specifications. Final payment will not be released until all specified warranties have been received by the Owner. 1.11 FIELD INSPECTION AND CONTRACTOR RESPONSIBILITY A. The Owner's representative shall at all times have access to the job site and work areas. The Contractor will provide proper and safe facilities for such access and inspection. 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. GENERAL REQUIREMENTS 01100 - 5 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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. 1.13 ROOFTOP EQUIPMENT A. All air conditioning units and other rooftop equipment shall be moved by the roofing Contractor as required to install roofing materials complete and in accordance with the plans and specifications. When units or equipment are to be moved, they shall be disconnected and moved by the roofing Contractor to a protected area so as not to damage any part or component thereof, and shall be reset by the roofing Contractor and reconnected at the Contractor's expense, all according to local building codes. All disconnection and reconnection shall be performed by a mechanical and/or electrical company licensed to perform such work and approved by the Owner's representative. B. Contractor shall follow refrigerant recycling requirements as outlined in section 608 of the Clean Air Act, 1990, as amended (CAA), including final regulations published on May 14, 1993 (58 FIR 28660), and the prohibition on venting that became effective on July 1, 1992. GENERAL REQUIREMENTS 01100 - 6 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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. 1.15 DEMOLITION 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. GENERAL REQUIREMENTS 01100 - 7 i THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 1.17 FUTURE REPAIRS PROJECT NO.20151112-48 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 I t GENERAL REQUIREMENTS 01100 - 8 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART1-GENERAL 1.01 RELATED DOCUMENTS PROJECT NO.20151112-48 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. PART2-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 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO SECTION 01330 SUBMITTALS and SUBSTITUTIONS PART 1 — GENERAL 1.01 DESCRIPTION PROJECT NO.20151112-48 A. Work includes: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. 1. Throughout the Work, seal and caulk joints where shown on the Drawings and/or as required by the Architect/Project Manager to provide and maintain watertight and airtight continuous seals. 1.02 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. B. Substitutions 1. The contract is based on the standards of quality established in the Contract Documents. Substitutions will be considered only when listed at time of bidding, on the form provided in the bidding documents, and when substantiated by the Contractor's submittal of required data within 35 calendar days after award of the Contract. 2. The following products do not require further approval except for interface within the work: a. Products specified by reference to standard specifications such as ASTM and similar standards. b. Products specified by manufacturer's name and catalog model number. 3. Where any material is specified by proprietary name, trade name, name of manufacturer, generic name, or catalog number with the addition of such expressions as "or equal"/"or approved equal", it is understood that the material named is intended and no substitution will be allowed without written approval by the Owner's representative three (3) calendar days prior to proposal due date. 4. Should a specified material not be available, a substitution shall require approval (in writing) of the Owner's representative and the roof system manufacturer issuing the warranty before being utilized on this project. 5. Unless otherwise indicated, the materials to be used in this specification are those specified and denote the type, quality, performance, etc. required. All proposals shall be based upon the use of specified material. 6. Do not substitute materials, equipment, or methods unless substitution has been specifically approved in writing for this work by the Architect/Project Manager. SUBMITTALS AND SUBSTITUTIONS 01330 - 1 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 - 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 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 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 C" meet the warranty requirements as specified. SUBMITTALS AND SUBSTITUTIONS t .. 01330 - 3 i THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO. 20151112-48-,. a 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. t t 4} d. ! SUBMITTALS AND SUBSTITUTIONS 01330 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.02 MANUFACTURER'S LITERATURE PROJECT NO. 20151112-48 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. Only then should the actual color samples be submitted for selections. Each sample shall be properly labeled with the name of the project, contractor, manufacturer, and date of submission. Incomplete color submittal will be returned to the Contractor. C. The Contractor shall allow four weeks after all colors are submitted for final Owner approval. PART 3 — EXECUTION 3.01 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. SUBMITTALS AND SUBSTITUTIONS 01330 - 5 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO. 20151112-48 I B. Accompany each submittal with a letter of transmittal showing all information required for identification and checking. 1. When material is re -submitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. 2. On re -submittals, cite the original submittal number for reference. C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. D. Maintain an accurate submittal log for the duration of the work, showing current status of all submittals at all times. Make the submittal log available to the Architect/Project Manager for his review upon request. 3.02 TIMING OF SUBMITTALS 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 1; i 1 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO SECTION 06105 MISCELLANEOUS CARPENTRY PART 1-GENERAL 1.01 RELATED DOCUMENTS PROJECT NO. 20151112-48 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. 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 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO C. Certification: Submit roof manufacturer's certification in writing that insulation is acceptable as substrate for application of specified roof system. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store materials in accordance with manufacturer's recommendations. B. When stored outdoors: 1. Tarp and shield insulation from moisture and ultraviolet rays. 2. Elevate insulation above substrate four inches minimum. 3. Secure insulation to resist high winds. 4. Distribute insulation stored on roof deck to prevent concentrated loads that would impose excessive stress or stain on deck or structural members. Verify that structure can accommodate additional loading. 5. Wet insulation, or insulation that has been wet but which has dried, may not be used and shall be removed completely and immediately from the job site. 6. Do not double stack bundles of insulation on the roof top. 1.06 SEQUENCING AND SCHEDULING A. Substrate Acceptance: Roof system manufacturer's representative shall inspect roof deck and associated substrates and provide written acceptance of conditions. B. Manufacturer's approved roofing contractor shall inspect and approve deck and substrates. C. Plan roof layout with respect to roof deck slope to prevent rainwater drainage into completed roofing. D. Do not install more insulation than can be covered with complete roof system in same day. 1.07 PRODUCT CONDITIONS A. Environmental Requirements: 1. Apply roofing and insulation in dry weather. 2. Do not proceed with roof construction during inclement weather or when precipitation is predicted 40% or more possibility. 3. Do not apply insulation over wet or moist deck or in foggy conditions. 4. Days with wind speeds of 30 mph or greater shall be considered "Bad Weather" days. B. Emergency Equipment: Maintain on -site equipment and material necessary to apply emergency temporary seals I the event of sudden storms or inclement weather. C. Costs for emergency roofing shall be borne by Contractor. PART 2 — PRODUCTS LEI f: ROOF AND DECK INSULATION 07215 - 2 i THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.01 INSULATION PROJECT NO.20151112-48 A. All insulation shall be approved in writing by the membrane manufacturer as to thickness, type, and manufacturer. All insulation must be approved for the specific application, Underwriters Laboratory approved. B. Polyisocyanurate Roof Insulation: Insulation shall be rigid polyisocyanurate foam board; thickness and LTTR-value shall be a minimum of 1.5"; meeting Federal Specification No. HH-1-1972/1 or 2 with 20 psi minimum compressive strength and 2.0 pcf minimum density. Board shall be surfaced on two (2) sides with non -asphaltic facer material. C. Tapered Polyisocya n u rate Roof Insulation: Shall be tapered polyisocya nu rate 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. D. 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 (1/2") slope per foot to roof drains as shown on drawings. Insulation shall be surfaced on two (2) sides with a non -asphaltic facer material. E. Cover Board: Shall be fiberboard, thickness of one-half inch (1/2"), R of 1.32; board size four feet by eight feet (4' x 8'), impregnated six (6) sides with asphalt. 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 2.04 FASTENERS A. Fasteners and fastening plates and/or termination bars shall be FM Approved and shall be listed in the FM Global Approval Guide, and as recommended by the insulation/ fastener manufacturer for the specific application to meet the minimal requirements for wind uplift as required by the local jurisdiction and/or FM Global. 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 ROOF AND DECK INSULATION 07215 - 3 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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 5250 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. 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). ROOF AND DECK INSULATION 07215 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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 MECHANICALLY FASTENED INSULATION A. Specified polyisocyanu rate insulation shall be mechanically fastened to conform to the ASCE 7 criteria for wind uplift as dictated by wind zone applicable to location of project. Fasteners and fastening patterns shall be determined by building height, location and geographical area of the United States. It is the contractor's responsibility to consult current publications, literature, and bulletins of IBC and the manufacturer that are in effect at the time of this project. Boards shall be staggered and butted as close as possible with voids over one-fourth inch (1/4") to be filled. B. Insulation shall be installed to conform to the ASCE 7 criteria, and shall be laid with edges parallel to flutes and bearing on deck surface/flats. The long dimension of base insulation layer must be fully supported by the top flange of the metal deck. The edges of insulation boards must not cantilever over the flutes of the metal deck. C. The top surface of polyisocyan u rate insulation shall be coated with hot asphalt using thirty pounds (30#) per one hundred (100) square feet of surface, and specified coverboard shall be applied using offset joints, so that each layer breaks joints to a minimum of six inches (6") both ways with the preceding layer, and immediately walked in place. 3.05 ADJUSTING A. Remove insulation which has been damaged (broken, cracked, punctured, wet, etc.) and install acceptable new units before installation of roof system. ' 3.06 CLEANING A. Remove debris and material wrappers from jobsite. Leave insulation clean and dry, ready to receive roofing membrane. 3.07 PROTECTION A. Provide special protection from traffic on completed work. END OF SECTION 07215 ROOF AND DECK INSULATION 07215 - 5 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO SECTION 07509 FOUR -PLY BUILT-UP ROOFING PART 1 - GENERAL 1.01 SECTION INCLUDES PROJECT NO.20151112-48 A. New built-up roofing and related membrane and penetration flashings. I 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. 3. Installer must be an experienced single firm specializing in the type of roofing repair and/or removal and replacement work required, employing only experienced workers for the class of work in which they are employed, having at least five (5) years successful experience on projects similar in size and scope and acceptable as applicators by the Owner's representative. 4. Contractor must have successfully completed previous projects warranted by the manufacturer. B. It shall remain each Bidder's responsibility to determine his current status with the manufacturer's certification plan. 1.03 QUALITY ASSURANCE -A A. Testing Laboratory Services: Test results shall meet or exceed established standards. B. Underwriters Laboratories, Inc. (Roofing Covering): Class Afire hazard classification. C. Comply with governing local, state, and federal regulations, safety standards, and codes. D. Regulatory Requirements: 1. System shall be classified by Underwriters Laboratories Inc., UL 790, as Class A roof covering. 2. System shall be classified by FM Global as 1-90 approved assembly. Follow installation requirements for 1-90. 3. Follow local, state, and federal requirements, safety standards, and codes. 4. Refer to applicable building codes for roofing system installation requirements and limitations. When conflict exists, the more restrictive document will govern. E. Pre -installation Conference: 1. Prior to roofing installation, conduct pre -installation conference at project site. 2. Attendance: Owner, Consultant, Contractor, project superintendent, roof applicator, and roof manufacturer's technical representative. BUILT-UP ROOFING 07509 -1 i I 4 f-. THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO. 20151112-48 EDDIE DIXON ART STUDIO 3. Agenda: a) Scheduling of roofing operation. b) Daily production anticipated. c) Designation of key individuals and their respective responsibilities. d) Processing procedures of field and change orders. e) Review of staging and material storage locations. f) Accommodations for temporary services (water, power). g) Coordination of work by other trades. h) Protection of completed roofing. i) Emergency rain protection procedures. j) Discussion of process for manufacture's inspection and acceptance of completed roofing and flashings. k) Manufacturer's deck inspection to be performed. F. Installation: 1. Installation shall be in accordance with procedures and standards set forth by National Roofing Contractors Association. 2. Installation shall be in accordance with manufacturer's current published application procedures and general recommendations of National Roofing Contractor's Association. Follow Underwriters Laboratories' requirements acceptable for use with specified products or systems. 3. Roofing shall be as described in this section and shall be provided and approved by roof system manufacturer. Materials not manufactured or provided by manufacturer shall have written approval from manufacturer stating that materials are acceptable and are compatible with other materials and systems required. G. There shall be no deviations made from manufacturer's published specification, this specification, or approved shop drawings without prior written approval of Owner's representative and Roof Membrane Manufacturer. H. Perform work on this section in accordance with best standards of practice relating to trades involved. Pullout Tests: Conduct pullout test on deck using appropriate fastener prior to roof system installation. Submit pullout results for manufacturer's review to determine specific fastening pattern for this project, minimum uplift requirements shall conform to current ASCE 7 criteria. Material Manufacturer's Inspection Paid for By Contractor: Minimum of two inspections shall be made during Project schedule by authorized representative of roof system manufacturer to ensure that said Project is installed in accordance with manufacturer's requirements. Manufacturer shall provide written report to the Owner's representative within five days of each inspection stating acceptance of Contractor procedures and outlining items of non-compliance with manufacturer's requirements. BUILT-UP ROOFING 07509 - 2 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO K. Material Manufacturer's Final Inspection: 1. Manufacturer's authorized representative shall provide final inspection at completion of project to ensure that project has been completed in accordance with manufacturer's requirements. Upon approval and acceptance of project, manufacturer's warranty certification shall be written, executed, and furnished to Owner. 2. Contractor shall pay for manufacturer's final inspection and additional inspections. L. Laboratory Testing and Samples: 1. At Owner's request, obtain 3 field samples of completed roof membrane and assembly. Take samples at locations designated by Owner's representative, Owner's representative, and test for compliance with requirements on Contract Documents and with manufacturer's published performance criteria. Test shall be performed by nationally recognized testing laboratory in accordance with accepted ASTM methods. Contractor shall assume costs for extraction and patch of samples. Owner will assume costs for testing of field sample. 2. Correct deficiencies in accordance with manufacture's recommended procedures at no cost to Owner. 3. If, for any reason, areas that are tested by Owner fail to meet manufacturer's requirements, then subsequent expense for retesting of those areas will be borne by Contractor. 1.04 REFERENCES (INCLUDING LATEST REVISIONS) A. American Society for Testing and Materials (ASTM): 1. D 41-85 Asphalt Primer Used in Roofing and Waterproofing 2. D 312-89 Asphalt Used in Roofing 3. D 1863-86 Mineral Aggregate Used on Built-up Roofs 4. D 2178-89 Asphalt Glass (Felt) Used in Roofing and Waterproofing 5. D 2824-85 Aluminum - Pigmented Asphalt Roof Coatings 6. D 4586-86 Asphalt Roof Cement, Asbestos Free B. Federal Specifications (FS): FF-S-325 Shield, Expansion; Nail, Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry) C. Industry Standards: 1. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing Manual 2. National Roofing Contractor's Association (NRCA) - Technical Developments Bulletin 2-91 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 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. BUILT-UP ROOFING 07509 - 3 i THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 s EDDIE DIXON ART STUDIO 3. Submit latest edition of manufacturer's specifications and installation procedures. Submit only those items applicable to this project. 4. A written statement from the roofing materials manufacturer approving the installer, specifications and drawings as described and/or shown for this project and stating the ( intent to guarantee the completed project. 5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens. B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions, projection conditions, and any additional special job conditions which require details other than indicated in the drawings. C. Maintenance Procedures: Within ten days of the date of Substantial Completion of the project, deliver to the Owner three copies of the manufacturer's printed instructions regarding care and maintenance of the roof. 1.06 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 numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. B. Manufacturer's packaging and/or roll plastic is not acceptable for exterior storage. Tarpaulin with grommets shall be minimum acceptable for exterior coverings. All materials stored as above shall be minimum of four inches (4") off the substrate, and the tarpaulin tied off with rope. C. Deliver materials requiring fire resistance classification to the job with labels attached and packaged as required by labeling service. D. Deliver materials in sufficient quantity to allow continuity of work. E. Handle and store material and equipment in such a manner as to avoid damage. Liquid products shall be delivered sealed, in original containers. F. Handle rolled goods so as to prevent damage to edge or ends. G. Select and operate material handling equipment so as not to damage existing construction or applied roofing. H. 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. Store rolled goods on end. Protect materials against damage by construction traffic. BUILT-UP ROOFING 07509 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 K. 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. L. Comply with fire and safety regulations, especially with materials which are extremely flammable and/or toxic. Use safety precautions indicated on labels. M. Products liable, such as emulsions, to degrade as a result of being frozen shall be maintained above 400 F in heated storage. N. No storage of materials shall be permitted on roof areas other than those materials that are to be installed the same day. Any exception must be in written form. O. The contractor is to erect a temporary chain link fence, minimum six feet (6) in height, around work area stage and kettles. Fence is to be secured on a daily basis. 1.07 SITE CONDITIONS A. Job Condition Requirements: 1. 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 this work. No roof work shall be performed until the Owner's personnel have completed erection of the interior protection in that area. 2. Apply roofing in dry weather. 3. Do not apply roofing when ambient temperature is below 450 F. 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. For further information regarding roofing material manufacturer's recommendations for project conditions, refer to the manufacturer's published application manual. 6. Schedule the work so the building will be left watertight at the end of each day. Do not remove more roofing or insulation material than can be reinstalled in any working day. 7. 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. 8. 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. 9. The contractor is to be aware of the potential for roof leaks on the existing roof as a result of ruptured blisters and/or roof mat damage caused by the vacuum process, foot traffic, or material and equipment storage. The contractor is to take all necessary precautions to prevent damage to the existing roof. All damage to the existing roof that could result in roof leaks is to be repaired on a daily basis by the roofing contractor. 07509 - 5 BUILT-UP ROOFING THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO t 1 PROJECT NO.20151112-48 10. 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. 11. Follow insurance underwriter's requirements acceptable for use with specified products or systems. 12. 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. 13. All kettles shall have a fume recovery system, automatic thermostat control, and visible temperature gauge all in working order. 14. 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. 15. Surface and air temperatures should be a minimum 450 F during applications of cleaner and waterproof coating and remain above 45' F for a minimum of four (4) hours following applications. Verify compatibility of cleaner with coatings, paints, primers and joint sealers specified. Advise Owner's representative of any problems in this regard prior to commencing cleaning operations. 16. 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 BUILT-UP ROOFING 07509 - 6 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 C. Damage to Work of Others: The contractor shall repair, refinish, and make good any damage to the building or landscaping resulting from any of his operation. This shall include, but is not limited to, any damage to plaster, tile work, wall covering, paint, ceilings, floors, or any other finished work. Damage done to the building, equipment, or grounds must be repaired at the successful contractor's expense holding the Owner harmless from any other claims for property damage and/or personal injury. D. Measurements: It will be the contractor's responsibility to obtain and/or verify any necessary dimensions by visiting the job site, and the contractor shall be responsible for the correctness of same. Any drawings supplied are for reference only. E. Use of Premises: 1. The contractor is advised that the Owner will occupy the building at all times, and the contractor must provide all safeguards required to protect personnel and to keep noise levels as low as reasonably possible for each operation. 2. The contractor shall: a) Coordinate work in such a manner as to not interfere with the normal operation of the building. b) Assume full responsibility for protection and safekeeping of products stored on premises. c) Agree to hold the Owner harmless in any and all liability of every nature and description which may be suffered through bodily injuries, including death of any persons by reason of negligence of the contractor, agents, employees, or subcontractors. F. Cleaning and Disposal of Materials: 1. Contractor shall keep the job clean and free from all loose materials and foreign matter. Contractor shall take necessary precautions to keep outside walls clean and shall allow no roofing materials to remain on the outside walls. 2. All waste materials, rubbish, etc., shall be removed from the Owner's premises as accumulated. Rubbish shall be carefully handled to reduce the spread of dust. A suitable scrap chute or hoist must be used to lower any debris. At completion, all work areas shall be left broom clean and all contractor's equipment and materials removed from the site. 3. All bituminous or roofing related materials shall be removed from ladders, stairs, railings, and similar parts of the building. 4. Debris shall be deposited at an approved disposal site. 1.08 SEQUENCING AND SCHEDULING A. Coordinate roofing schedule with work of other trades. B. Plan lay up of roofing membrane with respect to deck slope. Avoid situations where excessive drainage could pass into completed roofing. C. Maintain communication with roofing manufacturer's representative to inform of progress and to schedule periodic sample testing. D. All penetrations shall be made in roof prior to beginning with roof installation. BUILT-UP ROOFING 07509 - 7 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 1.09 WARRANTY PROJECT NO. 20151112-48 A. Roofing - Manufacturer: Project shall be installed in such a manner that the roofing material manufacturer will furnish a written twenty (20) year NDL type warranty from the date of substantial completion of the completed project. B. Roofing - Contractor: The contractor, jointly with any subcontractors employed by him, shall guarantee the work required and performed under this contract will be free from defects in workmanship and materials, and that the building will be and remain waterproof for a two (2) year warranty period, after the Owner accepts the work as substantially complete. The warranty shall be in approved notarized written form, to obligate the contractor and his subcontractors, if any, to make good the requirements of the warranty. C. 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. Repair of the system, including materials and labor, shall be done at no cost to the Owner. D. During the proposal period each Bidder shall make arrangements with the material manufacturer to provide the required warranty. PART 2 - PRODUCTS 2.01 GENERAL A. All materials shall be furnished, specified, or approved in writing by the manufacturer issuing the warranty. B. Acceptable Manufacturer(s): Atlas Roof Corporation, GAF, Tamko Roofing Products, Inc., or Johns -Manville, or approved equal. The basis of design is Tamko. C. Samples of all materials used on the project, which are not supplied by the membrane manufacturer, shall be submitted to the membrane manufacturer for written approval prior to work starting. D. Liquid -type auxiliary materials shall meet VOC limits of authorities having jurisdiction. 2.02 ASBESTOS CONTAINING MATERIALS A. No asbestos containing materials shall be used on job site or incorporated into work. 2.03 PLY SHEETS A. Continuous strand glass fiber mat bonded together with resinous binder and coated with weathering grade asphalt; complies with requirements of ASTM D2178, Type VI or 503, Tam -Ply Premium, or approved equal. Shall be Underwriters Laboratory approved. BUILT-UP ROOFING 07509 - 8 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.04 FLASHING MEMBRANE PROJECT NO.20151112-48 i. A. Granule surfaced modified bitumen flashing materials with polyester reinforced SIBS (styrene butadiene styrene -rubber); suitable for mop application with hot asphalt such as "Dynaflex" by Schuller, or Awaplan by Tamko Roofing Products, Inc., or approved equal. 1. Thickness: 110 mils minimum. 2. Color: White. 2.05 WHITE SELF -ADHERING WELDED -SEAM VERTICAL FLASHING MEMBRANE A. Membrane shall be nominal TPO sixty (60) mil in overall thickness consisting of a white thirty-five (35) mil EIP elastomeric membrane with twenty-five (25) mil thick backing of styrene butadiene styrene (SBS) adhesive with a minimum one and one-half inch (1-1/2") dry selvage edge for welding. The white self -adhering welded -seam membrane shall be a high-performance elastomeric membrane incorporating polyester reinforcement fibers. 2.06 BITUMEN A. Shall be ASTM D 312, Type IV extra steep asphalt, and as acceptable by roofing manufacturer to comply with warranty requirements. 2.07 INSULATION A. All insulation shall be in compliance with Section 07215 Roof and Deck Insulation 2.08 FASTENERS A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide, and be as recommended by the fastener manufacturer for the specific application. 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. 2.09 ROOFING AGGREGATE A. ASTM D 1863, crushed stone or water worn gravel suitable for use as roof surfacing. BUILT-UP ROOFING 07509 - 9 11 THE CITY OF LUBBOCK, LUBBOCK, TX _I EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 B. General Characteristics at Time of Application: Hard, durable, with dry surface dry, free of clay, loam, sand, or other foreign substances, and shall conform to size grading and property requirements. C. Grading: Aggregate shall conform to sieve analysis as follows: Sieve Total Passing 1 inch <100 3/4 inch 90 to 100 3/8 inch 20 to 55 No. 4 0 to 10 No. 8 0 to 5 D. Physical Property Requirements: Moisture, crushed stone and gravel 2.0% max. Unit Weight (loose) , min. 60 lbs./cu. ft. Dust 2.0% max. Hardness, passing 3.35 mm (No. 6) sieve 20% max. 2.10 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. 2.11 WOOD A. All wood nailers, structural cants, curbs, and other miscellaneous rough carpentry, shall be lumber as recommended by NRCA, Underwriters Laboratory guidelines, and Section 06105 Miscellaneous Carpentry. 2.12 ROOF DRAINS A. Shall be all cast iron, minimum four inch (4"), as manufactured by Josam, or approved equal. B. Lead Flashing: Shall be four pound (4#) lead, minimum thirty inches by thirty inches (30" x 30"), used for flashing of internal drains. C. Drain Accessories 1. Drain guards shall be used to protect the drain strainers from debris and roofing gravel. Shall have four inch (4") high, slotted vertical face, and shall be constructed of 0.100" thick aluminum with stainless steel hardware, as manufactured by OMG, or approved equal. 2. Gravel guards shall be used to prevent the flow of hot bitumen or roofing gravel into the roof drain leader pipe. Shall have a one inch (1") high vertical face notched in a "v" fashion, and shall be constructed of 0.060" thick aluminum, assembled with stainless steel bolts, as manufactured by OMG, or approved equal. BUILT-UP ROOFING 07509 - 10 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.13 LEAD JACKS PROJECT NO.20151112-48 A. Shall be four pound (4#) lead, and of dimensions required to completely cover existing plumbing stack. 2.14 PITCH PAN SEALANT A. Shall be as recommended by the roof membrane manufacturer issuing the warranty 2.15 PIPE SUPPORTS A. Installation of pipe supports shall be in accordance with Section 07720 Roof Accessories. 2.16 TERMINATION/PRESSURE BARS A. Aluminum strip shall be extruded channel bar with a mill finish, height to be one inch (1 thickness to be 0.25" ± 0.1", leg height to be one-fourth inch (1/4") top and bottom, leg angle to be ninety degrees (90°), for perimeter and curb anchorage, having predrilled holes six inches (6") on center, as manufactured by Olympic Fasteners, or approved equal. 2.17 ALUMINUM ROOF COATING A. Fibered aluminum roof coating containing three pounds (3#) per gallon of aluminum paste pigment, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification TTC-498C ASTM D 2824 - 85, Type III Flash Point (ASTM D 93) 100" F (38" C) Min. Weight per gallon (approximate) 9.5 lbs. Drying time Overnight Viscosity @ 80° F (27° C) (ASTM D 562) 120-145 K.U. • Non -Volatile (Fed. Test Method 141) 55% Min. • Specially Processed Asphalt 25% Min. • Polished Aluminum Leafing Paste 32% Type of Aluminum Paste, TT-P-320D, Type II Class B % Total Solids, by Volume 38% Film Thickness of 1 gal./100 sq. ft. (Less absorption by surface) 6 Mils Service Temperature, Extended Exposure -20° to +180' F (-29° to +82' C) Resistance to Oils, Solvents & Chemicals Poor Resistance to Sunlight Excellent Effects of Weathering Very Slow Erosion Water Resistance Under Good Drainage Conditions Excellent Under Continuous Submersion Poor IN BUILT-UP ROOFING 07509 -11 -- THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 2.18 ASPHALT PLASTIC ROOF CEMENT A. Trowel -applied mastic used to repair blisters, splits, and flanges on gravel stops, stacks, vents, and similar applications, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification ASTM Flash Point Weight per gallon (approximate) Viscosity @ 80° F (ASTM D 217) • Non -Volatile (Fed. Test Method 141) • Specially Processed Bitumen • Total Solids, by Volume Dry film thickness of 1 gal./15 sq. ft. Drying time Service Temperature, Extended Exposure Resistance to Oils & Solvents Resistance to Sunlight Resistance to Chemicals Effects of Weathering Water Resistance Under Good Drainage Conditions Under Continuous Submersion 2.19 ASPHALT ROOF PRIMER SS-C-153C, Type I D 4586 105° F 11 lbs. 270-330 70% Min. 30% Min. 75% Min. 85 Mils 2to3days -20° to +150° F Poor Good Good Slight chalking Excellent Fair A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., 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 2.20 FIBERGLASS COATED MEMBRANE A. A non -rotting, non -absorbent woven fiberglass membrane having a vinyl coating designed for membrane reinforcement for all roof repairs. Compatible with either tar or asphalt bitumens, having ten (10) open -weave squares per inch. 2.21 ASPHALT FLASHING CEMENT A. Designed for laying -up cold process roof membrane flashings where fast -setting adhesive is required, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. BUILT-UP ROOFING 07509 - 12 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO Applicable Federal Specification SS-C-153C, Type I PROJECT NO.20151112-48 ASTM D 4586 Flash Point 105° F (41 ° C) Weight per gallon (approximate) 10.8 lbs. Viscosity @ 77° F (25' C) (ASTM D 217) 230-330 • Non -Volatile (Fed. Test Method 141) 68% Min. • Specially Processed Bitumen 42% Min. • Total Solids, by Volume 60% Min. Cured film thickness of 1 gal./15 sq. ft. 75 Mils Drying time 2 to 3 days Service Temperature, Extended Exposure -40° to +180* F Resistance to Oils & Solvents Poor Resistance to Sunlight Good Resistance to Chemicals Good Effects of Weathering Slight chalking Water Resistance Under Good Drainage Conditions Excellent Under Continuous Submersion Fair 2.22 SELF -ADHERING UNDERLAYMENT FOR TEMPORARY WATERPROOFING A. A premium heavyweight, minimum 60 mil, self -adhering underlayment, to use as a temporary waterproofing barrier. 2.23 MULTI -COMPONENT POLYURETHANE SEALANT A. Except as otherwise indicated, provide manufacturer's standard, non -modified, 2-or-more-part, polyurethane -based, elastomeric sealant; complying with either ASTM C 920, Type M, Class 25, or FS TT-S-00227E, Class A; self -leveling grade/type where used in joints of surfaces subject to traffic, otherwise non -sag grade/type, as manufactured by Sonneborn, or approved equal. B. Durability: Less than 0.5 square inch adhesion/cohesion loss for three (3) samples of both mortar and aluminum; ASTM C 719 test procedure. C. Adhesion in Peel: Fifteen pound (15#) peel strength and 10% maximum loss of bond to substrate; ASTM C 794. D. Bituminous Modification: Where joint surfaces contain or are contaminated with bituminous materials, provide manufacturer's modified type sealant which is compatible with joint surfaces (modified with coal -tar or asphalt as required). 2.24 EXPANDED POLYETHYLENE JOINT FILLER A. Provide flexible, compressible, closed -cell, polyethylene of not less than 10 psi compression deflection (25%); except provide higher compression deflection strength as may be necessary to withstand installation forces and provide proper support for sealants, surface water absorption of not more than 0.1 pounds per square foot, as manufactured by Sonneborn, or approved equal. BUILT-UP ROOFING 07509 - 13 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.25 JOINT PRIMER/SEALER PROJECT NO.20151112-48 A. Provide type of joint primer/sealer recommended by sealant manufacturer for joint surfaces to be primed or sealed. 2.26 BOND BREAKER TAPE A. Provide polyethylene tape or other plastic tape as recommended by sealant manufacturer, to be applied to sealant -contact surfaces where bond to substrate or joint filler must be avoided for proper performance of sealant. Provide self-adhesive tape where applicable. 2.27 SEALANT BACKER ROD A. Provide compressible rod stack of polyethylene foam, polyurethane foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam or other flexible, permanent, durable, non -absorptive material as recommended by sealant manufacturer for back-up of and compatibility with sealant. Where used with hot -applied sealant, provide heat -resistant type which will not be deteriorated by sealant application temperature as indicated. 2.28 INSULATION JOINT TAPE A. Shall be minimum three inches (3") wide, four (4) mil dead soft aluminum foil tape with pressure -sensitive acrylic based adhesive. Similar to Ideal Tape Co. H 497A, or equal. All tapes shall be specifically accepted and approved to use on this project by the roof system and insulation manufacturers. 2.29 DELIVERY AND STORAGE A. All materials shall be delivered with appropriate carton and can labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. 2.30 PRECAUTIONS A. Some of the indicated materials are extremely flammable and/or toxic. Use precautions indicated on can and carton labels. 2.31 MISCELLANEOUS MATERIALS A. Other materials shall be as specified or of the best grade for the proposed use as recommended by the manufacturer. BUILT-UP ROOK I 07509 - 14 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PART 3 — EXECUTION 3.01 GENERAL PROJECT NO. 20151112-48 A. The manufacturer's Technical Specifications and current NRCA, Underwriters Laboratory and IBC guidelines shall be considered a part of this specification and should be referred to for more specific application procedures and recommendations. B. Application of materials shall be in strict accordance with the manufacturer's recommendations and current NRCA, Underwriters Laboratory and IBC guidelines, except where more stringent requirements are shown or specified. In the instance of a conflict between these specifications and those of the manufacturer and/or current NRCA, Underwriters Laboratory and IBC guidelines, the more stringent specifications shall take precedence. C. Perform work of this Section in accordance with best standards of practice relating to trades involved. D. Follow local, state and federal regulations, safety standards and codes. When conflict IJ exists, the more restrictive document shall govern. E. Follow insurance underwriter's requirements acceptable for use with specified products or systems. F. Do not apply roofing materials unless asphalt application temperatures can be maintained within the equiviscous temperature (EVT) range; or when water in any form (i.e., rain, dew, ice, frost, snow, etc.) is present on the deck. Do not heat asphalt above finished blowing temperature, flash point or 525 degrees Fahrenheit. 1. The equiviscous temperature (EVT) is defined by the NRCA as the temperature at which bitumen attains the proper viscosity for built-up membrane application. 2. The EVT range is defined by the NRCA as the recommended bitumen application temperature range. The range is approximately 25 degrees Fahrenheit above or below the EVT. The EVT range is measured in the mop cart or mechanical spreader just prior to the application of bitumen to the substrate. 3. The proper viscosity for mop application is 125 centipoise. The proper viscosity for mechanical spreader application is 75 centipoise. If both mop and mechanical application is used, the proper viscosity for both is 75 centipoise. G. Consider roof system manufacturer's technical specifications part of this specification and use as reference for specific application procedures and recommendations. H. Complete roofing, flashing, sheet metal, and other related items daily with exception taken to flood coat and aggregate. 3.02 EXAMINATION OF SURFACES A. Examine roof deck and related surfaces, and verify that there are not conditions such as inadequate anchorage, foreign materials, moisture, ridges, or other conditions which would prevent satisfactory installation of roofing system. BUILT-UP ROOFING 07509 -15 11­1 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO B. Correct conditions requiring correction or completion prior to installation of roofing system. Notify Owner's representative (Owner's representative, Contractor Officer) of unacceptable conditions. C. Do not proceed until defects are corrected. D. Verify location of interior ducts, electrical lines, piping, conduit, and similar obstructions. Perform work in manner to avoid contact with above mentioned items. E. Verify debris has been removed. F. Start of work under this Part Three constitutes acceptance of deck substrate and site conditions by roofing contractor. 3.03 SUBSTRATE PREPARATION A. All substrate preparation shall be in accordance with Section 07591 Membrane Reroofing Preparation. 3.04 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. BUILT-UP ROOFING 07509 -16 , THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 I. 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. Disposal: Can be disposed of as construction debris at any approved landfill. 3.05 ASPHALT HEATING A. Use low burner flames during initial melt -downs. Circulate asphalt after initial melt-down. 1. Maximum asphalt temperature shall be 257 below the flash point. B. Avoid prolonged heating of asphalt at high temperatures. Reduce the asphalt temperature to below 5007 if asphalt is not being used for periods of four (4) hours or more. C. Kettle shall be free of contaminants. D. Application rates: Bitumen quantities for waterstop/tie-offs, flashings, miscellaneous detail applications, and minimum kettle capacity are not included in application rates. To account for these factors, add approximately 25 percent additional bitumen on a total job average basis. 3.06 NAILERS 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. 3.07 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. 3.08 INSULATION A. Installation of roof insulation shall be in accordance with Section 07215 Roof and Deck Insulation. BUILT-UP ROOFING 07509 - 17 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 B. 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. C. Precautions: The surface of the insulation must not be ruptured due to overdriving of fasteners. 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. 3.09 ROOF MEMBRANE INSTALLATION A. Install roof membrane materials in accordance with manufacturer's current published application instructions. B. Asphalt: Apply asphalt bitumen in accordance with EVT concept. Asphalt temperature shall be within 25 degrees of EVT at point of application. If this approximate temperature cannot be maintained at point of application, operations shall be discontinued. Asphalt shall not be heated above finished blowing temperature or maximum temperature of 525 degrees Fahrenheit. C. Embed four plies of roofing felt in shingle fashion (starter sheets required), lapping 27-1/2" into uniform moppings of steep appropriate grade hot asphalt bitumen. Plies may be left exposed as approved by roofing membrane manufacturer. D. Apply roofing felt by mechanically attaching felt layer or by rolling into hot bitumen applied by machine or hand mopping. Shingle felt in, free of buckles and fishmouths. Lay each ply so that flow of water is over or parallel to (but never against) lap. End laps shall be six inches (6") minimum and at least twelve inches (12") apart. E. Embed full 36" width of each ply in steep Type IV asphalt bitumen. Apply asphalt uniformly at nominal rate of 25 pounds per 100 square feet (minimum of 23 pounds and maximum of 45 pounds). Total asphalt requirement for each ply per square (25 pounds) is based upon one hundred (100) square feet of felt. Bitumen shall be sufficiently hot to ensure complete bond of ply to ply. F. "Brooming in" is required under normal conditions for both felt layer and hand mopping. Brooming is essential in cold weather and must be done promptly and effectively to eliminate voids and to ensure adequate adhesion. Moderately soft commercial broom or squeegee (36" wide) should be used for this purpose. Broom should be pulled while walking off felts. G. Backnailing: 1. Provide wood nailer strips secured to deck in areas where decking slope exceeds two inches (2") per foot. 2. Nailer strips shall match thickness of roof insulation and provide securement for both insulation and roof membrane. ( BUILT-UP ROOFING 07509 - 18 4., I THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO i_ 3. Place nailer strips and backnail roof membrane in accordance with manufacturer's recommendations based upon slope and location. H. Foot and equipment traffic over felt should be held to absolute minimum during application and until asphalt has sufficiently cooled to prevent bitumen displacement. 3.10 MODIFIED BITUMEN BASE FLASHING A. Place cant strips on top of roof insulation or nailer. Nail to deck and to wall or vertical nailer where possible. If not possible to nail, secure by applying plastic roof cement. B. Apply flashings only after built-up roofing membrane is in place. C. All flashings shall be constructed of flashings of two plies; one ply of Type VI fiberglass and one ply of modified bitumen flashing membrane. D. Cut modified bitumen flashing membrane to extend four inches (4") minimum above top of field ply covering cant. Overall minimum height of top of flashing membrane above top of roof surface is eight inches (8"); maximum height is fourteen inches (14") unless otherwise noted on drawings. Flashing membrane must extend horizontally a minimum of four inches (4") onto field of roof surface beyond bottom edge or cant strip or as shown on drawings. Side laps shall be four inches (4") minimum and strip in vertical lamps with a four inch (4") wide strip of fiberglass mesh embedded in flashing grade cement. E. Set felt layer and modified bitumen flashing membrane in separate moppings of hot Type IV asphalt at 25 pound per 100 square feet minimum. F. Mechanically attach top edge of modified bitumen membrane flashing with screws, waterproof washers, and aluminum compression bar. Fastener spacing shall be six inches (6") on center. Nailing top edge of modified bitumen membrane is not accepted. Three (3) course with plastic cement and fiberglass fabric to seal. G. Prime flashing surfaces with asphalt primer and permit to dry prior to application of modified bitumen membrane flashing. Apply asphalt primer at one gallon per 100 square feet minimum. H. Metal surfaces are not acceptable for application of base flashing membrane. Inside and Outside Corners: Cut out and install oval boot at inside and outside corners in accordance with manufacturer's requirements. J. Extend hot asphalt one-half inch (1/2") minimum beyond side, field, or end lap. K. Fully bond flashing to substrate. Ensure flashing material conforms and adheres to vertical cant and horizontal substrates. L. Add color matched mineral granules to exposed asphalt at vertical or exposed horizontal seams. M. Bond flashing materials to substrate 100 percent. f. BUILT-UP ROOFING 07509 - 19 is _; THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO. 20151112-48 3.11 SELF -ADHERING WELDED -SEAM VERTICAL WALL FLASHING (FOR USE APPROXIMATELY 8" ABOVE THE FINISHED ROOF LINE AND EXTENDING UPWARD) A. White self -adhered welded seam membrane flashing shall be installed on the vertical beginning approximately eight inches (8") above the finished roof line (where the field membrane is terminated), with length of run not to exceed the width of the material roll. Strapped flashing method shall be installed in strict accordance with the manufacturer's recommendations. B. The termination bar used to terminate the 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 eight inch (8") minimum height. 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 substrates receiving welded -seam flashing membrane shall be clean and primed with asphalt primer, prior to application. D. All vertical flashing lap seams of the self -adhered welded seam membrane shall be hot-air welded. NOTE; Once the membrane has been contaminated with hot asphalt, it is not possible to clean the asphalt off and hot-air weld it for a long term effectiveness. A patch must be welded over the area large enough to be welded one and one-half inches (1-1/2") past any contaminated area. E. Flashing laps shall be minimum three inch (3") width, no maximum. Hot-air weld of flashing lap shall be minimum one and one-half inch (1-1/2") width, no maximum. F. Immediately following the laying of the self -adhered welded seam 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. G. Any flashing extending further than eight inches (8") up onto a vertical surface shall be ' installed using the strapped method and must be fastened with a termination bar or installed g up and over the parapet wall and fastened to the nailer on the outside of the wall. H. The self -adhered welded seam flashing membrane shall be run up the wall in three foot (3') 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. 3.12 METAL FLANGE FLASHINGS A. Sheet metal flanges shall be four inches (4") wide and flat, without creases or bends. B. Set flanges in bed of plastic cement at one gallon per 100 linear foot of four inch (4") wide flange. C. Nail flanges three inches (3") on center and stagger. BUILT-UP ROOFING 07509 - 20 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO. 20151112-48 i D. Prime metal surfaces with asphalt primer on both sides and permit to dry prior to application of modified bitumen flashing strip. Apply asphalt primer at one gallon per one hundred (100) square feet minimum. E. Extend modified bitumen flashing strip four inches (4") minimum beyond edge of sheet metal flange. 3.13 ROOF DRAIN FLASHING A. Prime drain ring and apply three inch (3") wide bed of roof cement to rim. B. Extend all field plies beyond inside edge of clamp ring, fully imbedded in hot asphalt. C. On top of field plies, set thirty-six inch (36") square sheet of four pound (4#) lead in bed of plastic cement. D. Prime lead sheet and install modified bitumen sheet that extends six inches (6") beyond lead flashing on each side. E. Install clamp ring, bolts, fasteners and strainer, tightening all bolts to obtain full compression. 3.14 VENT FLASHINGS A. Refer to sheet metal specification for fabrication and installation procedures. B. Refer to "METAL FLANGE FLASHINGS" of this Section for flashing procedure. 3.15 PIPE FLASHINGS A. Refer to sheet metal specification for fabrication and installation procedures. B. Refer to "METAL FLANGE FLASHINGS" of this Section for flashing procedures. 3.16 EDGING FLASHINGS A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with published instructions. B. The roof membrane shall extend over the roof edge and down to base of nailer, and be fastened six inches (6") on center. A metal edge of proper gauge and dimensions shall be mechanically fastened, using a continuous clip fastened six inches (12") on center, to the wood nailer over the membrane. The metal shall have a minimum of a three inch (3") flange, set in asphalt mastic and fastened into nailer a minimum of six inches (6") on center, and a minimum of a four inch (4") fascia (match existing). The metal edge shall have a minimum of one inch (1 ") gravel stop, and the bottom edge of the new metal edge shall be the same elevation as existing. BUILT-UP ROOFING 07509 - 21 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 3.17 SURFACING PROJECT NO.20151112-48 A. Prior to surfacing, inspect roof membrane to ensure it is in watertight condition. Roof membrane shall be free of dirt, dust, and moisture with damaged areas repaired before surfacing begins. B. Manufacturer's and Owner's inspections must be performed and punch list items complete before surfacing can begin. Obtain manufacturer's and Owner's written approval before applying surfacing. C. Flood Coat: Apply uniform mopping of Type IV hot asphalt bitumen not less than 60 pounds per 100 square feet over roof surface. D. Gravel: 1. Do not stockpile gravel on roof for spreading. 2. Embed gravel in hot bitumen uniformly applied over roof surface at 500 pounds per one hundred (100) square feet minimum with no less than 300 pounds per 100 square feet adhered. 3. Gravel shall be clean and dry enough to adhere to hot bitumen flood coat when installed. E. Apply coating to flashings which do not have factory applied mineral surface in accordance with manufacture's recommendations. 3.18 EXPANSION JOINT DETAILS A. Expansion joints at walls and field of the roof shall be curbed as outlined in accordance with NRCA and SMACNA guidelines. The curbs will be flashed as outlined above in Base Flashings. 3.19 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. 3.20 WALK TREADS A. Install manufacturer's walk pad continuously on each side of each air-handling/mechanical unit on the roof, or as shown on drawings in accordance with the manufacturer's recommended procedures. 3.21 PIPING/CONDUIT A. Installation of piping/conduit shall be in accordance with Section 07720 Roof Accessories. BUILT-UP ROOFING 07509 - 22 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 3.22 PIPE/EQUIPMENT SUPPORTS PROJECT NO.20151112-48 A. Installation of pipe/equipment supports shall be in accordance with Section 07720 Roof Accessories. 3.23 DRAINS A. All broken or missing roof drain strainers shall be replaced. All drains shall receive new lead and new roof membrane installed in accordance with the detailed drawing. Existing drains which cannot be properly detailed shall be replaced with specified cast-iron drains. Every drain shall be inspected after roofing to ensure proper seal to leader line. B. All non -cast iron drains shall be replaced with new cast iron drain bowl and strainer. 3.24 DAILY SEAL A. Install temporary water cut-offs at completion of each day's work and remove upon resumption of work. B. Ensure that water does not flow beneath completed sections of membrane system, including completion of flashings, terminations, and daily seals. When possible, install starting at highest point of project area, working to lowest point. C. Temporarily seal loose membrane edge with hot asphalt. Exercise caution to ensure that membrane is sealed near drains in manner to prevent water migration below membrane and not to impede drainage. D. Install primary two-ply night seal beneath daily night seal in such manner to seal both new and existing roof system to roof deck to prevent moisture migration from either old roof or new roof. E. Install daily night seals by extending new roof membrane beyond insulation and sealing to existing deck surface using hot asphalt. F. When work is resumed, remove and dispose of membrane where asphalt or other sealants were previously applied before resuming installation. 3.25 TERMINATION OF NEW ROOF TO EXISTING A. The final juncture of the new roof shall consist of an NRCA recommended area divider suitably flashed and sealed for a permanent watertight installation. A water cutoff shall be incorporated into the termination to prevent water entering the existing roof from migrating into the new roof system. 3.26 FIELD QUALITY CONTROL A. Follow procedures required by roof system manufacturer for samples, at Owner's request. BUILT-UP ROOFING 07509 - 23 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 B. Repair sampled areas by filling in cut out area with material to match original construction. Feather in patch consisting of same number of plies as in roof specification following manufacturer's procedures. C. Correct deficiencies in roof determined by roof sample analysis and as prescribed by roof system manufacturer. Costs for additional samples required will be borne by Contractor. D. Water Testing: Perform water flood test of completed roof areas involved or associated with work under this Contract. Contractor shall, at his expense, correct deficiencies in these areas causing water leakage into facility or water retention on roof surface. 3.27 ADJUSTING A. Restore to original condition or replace work or materials damaged during handling of roofing materials. 3.28 CLEANING A. Remove trash, debris, equipment, and parts from job site. B. Remove stains from walls, walkways, and driveways. C. Leave building interior free of roofing materials, debris, stains, bitumen, and drippage. 3.29 PROTECTION A. Provide special protection or avoid traffic on completed work. END OF SECTION 07509 BUILT-UP ROOFING 07509 - 24 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 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: Three-ply build-up roof covered with an SBS-modified bituminous roofing membrane, surfacing, and components and accessories. 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 rf THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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. f_. 10. Review HVAC shutdown and sealing of air intakes. MEMBRANE REROOFING PREPARATION 07591 - 2 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 11. Review shutdown of fire -suppression, -protection, and -alarm and -detection systems. 12. Review procedures for asbestos removal or unexpected discovery of asbestos - containing materials. 13. Review governing regulations and requirements for insurance and certificates if applicable. 14. Review existing conditions that may require notification of Architect before proceeding. D. Reroofing Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner, Owner's representative, Owner's insurer if applicable, testing and inspecting agency representative, roofing system manufacturer's representative, deck Installer, roofing Installer including project manager, superintendent, foreman, and installers whose work interfaces with or affects reroofing including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to reroofing preparation, including membrane roofing system manufacturer's written instructions. 3. Review temporary protection requirements for existing roofing system that is to remain, during and after installation. 4. Review roof drainage during each stage of reroofing and review roof drain plugging and plug removal procedures. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 6. Review existing deck removal procedures and Owner notifications. 7. Review procedures to determine condition and acceptance of existing deck for reuse. 8. Review structural loading limitations of deck during reroofing. 9. Review base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that will affect reroofing. 10. Review HVAC shutdown and sealing of air intakes. 11. Review shutdown of fire -suppression, -protection, and -alarm and -detection systems. 12. Review procedures for asbestos removal or unexpected discovery of asbestos - containing materials. 13. Review governing regulations and requirements for insurance and certificates if applicable. 14. Review existing conditions that may require notification of Architect before proceeding. 1.07 PROJECT CONDITIONS A. Owner will occupy portions of building immediately below reroofing area. Conduct reroofing so Owner's operations will not be disrupted. Provide Owner with not less than 48 hours notice of activities that may affect Owner's operations. MEMBRANE REROOFING PREPARATION 07591 - 3 i 1 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 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. I. 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 l; THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 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 t l.. THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 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 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. 3.03 FASTENER PULL-OUT TESTING A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect before installing new membrane roofing system. 1. Obtain Architect's approval to proceed with specified fastening pattern. Architect may furnish revised fastening pattern commensurate with pull-out test results. 3.04 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. o E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden sprayer or water hose with spray nozzle. MEMBRANE REROOFING PREPARATION 07591 - 6 1_1 t THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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. I. Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must be enclosed. J. Disposal: Can be disposed of as construction debris at any approved landfill. 3.05 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 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PART 1 - GENERAL 1.01 SUMMARY PROJECT NO.20151112-48 SECTION 07620 SHEET METAL AND MISCELLANEOUS ACCESSORIES A. Section Includes: 1. Provide flashing and sheet metal components for moisture protection. 2. Related accessories. 1.02 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 f� { THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PART 2 - PRODUCTS 2.01 SHEET METAL MATERIAL PROJECT NO.20151112-48 {- A. Hot -dipped Galvanized Steel for use as counterflashings (where not visible from the ground), pitch pans, and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. B. Hot -dipped. Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. C. Prefinished Galvanized Sheet Steel: Shall be 24-gauge flat stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use as new metal edge gravel guard, downspouts, gutters, coping and miscellaneous metal. Standard color to be selected by Owner/Project Consultant. D. 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 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 i EDDIE DIXON ART STUDIO B. Plastic Cement: FS SS-C-153, cutback asphalt type. C. Solder: QQ-S-571 composition best suited for purpose; use high tin content, minimum L_. 60/40, for stainless steel and monel alloy. D. Copper, Sheet, and Strip: QQ-C-576, ASTM B 370, light cold -rolled temper. E. Lead -coated Copper: ASTM B 101, Type I or II, Class A. F. Sealant (for Sheet Metal): One -component polyurethane, conforming to requirements of FS TT-S-230C, non -staining and non -bleeding. G. Miscellaneous Materials: 1. Downspout Boots: Cast iron by Neenah Foundry Company, or pre -approved equal, provide and install. 2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection pads at all downspouts. Dimensions shall be a minimum eighteen inches wide by thirty-six inches long (18" x 36"). 3. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, non -corrosive, size, and gauge required for performance. PART 3 - EXECUTION 3.01 INSPECTION A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant strips and reglets in place, substrates are smooth and clean and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed and secure. C. Beginning of installation means acceptance of conditions. 3.02 PREPARATION A. Field measure site conditions prior to fabricating work. Provide all shop drawings and mock-ups one month prior to installation to the Owner/Project Consultant for approval. B. Install starter and edge strips and cleats before starting installation. 3.03 FABRICATION - GENERAL A. Shop -fabricate work to greatest extent possible. Comply with details shown, and with applicable requirements of SMACNA "Architectural Sheet Metal Manual' and other recognized industry practices. Fabricate for waterproof and weather -resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form work to fit substrates. Comply with material manufacturer's instructions and recommendations. Form exposed sheet metal work without excessive oil -canning, buckling, and tool marks, true to line and levels as indicated, with exposed edges folded back to form hems. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 3 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 B. Fabricate gravel stops/fascia, gutters/downspouts, counterFlashings, pitch pans, expansion joints, and copings with new galvanized sheet metal as specified. Fabricate gravel guard and fascia to size and dimensions as indicated on the drawings. Fabricate light metal coping, gutters and downspouts as indicated. C. Form sheet metal on bending brake. D. Shape, trim and hand seam metal on bench insofar as practicable. E. Form materials with straight lines, sharp angles and smooth curves. F. Fold back edges on concealed side of exposed edge to form hem (1/2" minimum). G. Weld or solder joints on parts that are to be permanently and rigidly assembled. H. Submit sheet metal models for approval by the Owner/Project Consultant. Limit single -piece lengths to ten feet (10'). Fabricate corner pieces with eighteen inch (18") extensions, metered and sealed by forming as one piece. K. Surface sand flange prior to applying any primers on Kynar metal. L. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. �.i M. All existing or missing metal rooftop projections shall be replaced. New rooftop projection details shall be as recommended in NRCA or SMACNA handbooks. All rooftop projections shall be cleaned, all joints sealed, and painted with a rust inhibitive paint. Standard color to be selected by the Owner/Project Consultant. N. All sheet metal shall be sealed and watertight. �^ O. Metal work should be secured so as to prevent damage from buckling or wind. Where clips are shown, these are to be continuous. P. All metal to receive bitumen or adhesive shall be first primed with asphalt primer. Q. All prefinished metal shall be sanded and/or abraded prior to receiving primer. R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges are to be seamed, form seams, and 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. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO. 20151112-48 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. 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. C. 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. 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. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 5 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 12. Provide and install continuous clip, minimum 22-gauge. 13. Shall be fabricated in accordance with all SMACNA provisions. D. Expansion Joint Field and at Wall: 1. Shall be as outlined by details, and be in full compliance with all provisions of SMACNA and FM Global requirements for attachment, installation and recommendations. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. E. Counterflashing: 1. 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. F. Gutter and Downspout: 1. Fabrication: a) Fabricate gutter and downspout of profile and size indicated. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support: Kynar. Color and Finish to match, as recommended by SMACNA. i) Downspout Supports: Straps, Kynar. Color and Finish to match. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 G. Overflow Scupper, Collector Head and Downspout: 1. Fabrication: a) Fabricate overflow scupper, collector head and downspout of profile and size indicated, taking care that the roof drain leader fits properly into the back of the collector head. Seal the pipe to the collector head for watertightness. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support: Kynar. Color and Finish to match, as recommended by SMACNA. i) Downspout Supports: Straps, Kynar. Color and Finish to match. H. Pitch Pans - Galvanized: 1. Install pitch pans of 24-gauge galvanized steel according to NRCA standards, minimum of six inches by six inches (6" x 6"). 2. Pitch pans shall be fabricated to minimum of four inches (4") above the finished roof membrane. Seams of pitch pans shall be soldered. 3. Mastic shall be applied under pitch pan flange a minimum of one-half pound (1/2#) per linear foot. 4. All metal flanges shall be primed with asphalt primer prior to flashing installation. Inside of pitch pan shall be cleaned and primed as required by pitch pan sealant manufacturer. 5. All projections enclosed in pitch pans shall be cleaned in any manner suitable and coated with a rust inhibitive coating as approved by the Owner/Project Consultant. Coating shall be allowed to dry prior to pitch pan fill. 6. Base of pitch pans shall be filled around penetration with M-1 sealant. Sprinkle mod bit granules over sealant 1/4" deep. 7. Top finish fill shall be coal -tar urethane, with maximum fill to within three -eighths inch (3/8") of top of pitch pan sides. 8. Strip metal flange of pitch pan with one strip of Type VI fiberglass felt set in hot bitumen extending from the outer edge of the flange a minimum of three inches (3") inward to base of pitch pan. 9. Strip in fiberglass felt flashing set in hot asphalt extending from the outer edge of the Type VI fiberglass underlayment a minimum of three inches (3") inward to the base of the pitch pan. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 7 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 1. Bonnets/Hoods: 1. Fabricate and install above all pitch pans, where necessary, or reinstall as applicable, metal bonnets over all pitch pans, NO EXCEPTIONS. 2. Bonnets/Hoods shall be manufactured with metal compatible with metal to which bonnet is to be attached. 3. On beams and other steel weld in place bonnets fabricated from one-fourth inch (1/4") steel plate. 4. Draw band bonnets fabricated from 22-gauge galvanized steel may be used on circular projections. 3.05 FINISH A. Backpaint concealed metal surfaces with bituminous paint where expected to be in contact with cementitious materials or dissimilar metals. Exposed surfaces to be provided with a factory applied fluorocarbon Kynar finish meeting ASTM A 446 and AAMA specification 605.2 for high performance coating. B. New 24-gauge hot -dipped galvanized metal shall be painted on all locations visible from the ground with an industrial grade paint to match existing, or standard color selected by Owner/Project Consultant. Galvanized metal surface must be properly prepared by removing all oil, grease, and/or protective mill coatings by solvent cleaning surface in accordance with SSPC-SP1, and according to paint manufacturer's recommendation, to ensure proper adhesion of paint to metal. END OF SECTION 07620 SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 8 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO SECTION 07720 ROOF ACCESSORIES PART 1 — GENERAL 1.01 RELATED DOCUMENTS PROJECT NO.20151112-48 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Equipment supports 2. Roof supports 1.03 SUBMITTALS A. Product Data: For each type of roof accessory indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show fabrication and installation details for roof accessories. Show layouts of roof accessories including plans and elevations. Indicate dimensions, weights, loadings, required clearances, method of field assembly, and components. Include plans, elevations, sections, details, and attachments to other work. C. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof -mounted items. Show the following: 1. Size and location of roof accessories specified in this Section. 2. Method of attaching roof accessories to roof or building structure. 3. Other roof -mounted items including mechanical and electrical equipment, ductwork, piping, and conduit. D. Samples: For each type of exposed factory -applied finish required and for each type of roof accessory indicated, prepared on Samples of size to adequately show color. E. Warranty: Special warranty specified in this Section. 1.04 QUALITY ASSURANCE A. Sheet Metal Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" details for fabrication of units, including flanges and cap flashing to coordinate with type of roofing indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Pack, handle, and ship roof accessories properly labeled in heavy-duty packaging to prevent damage. ROOF ACCESSORIES 07720 - 1 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 1.06 PROJECT CONDITIONS PROJECT NO.20151112-48 4 A. Field Measurements: Verify required openings for each type of roof accessory by field measurements before fabrication and indicate measurements on Shop Drawings. 1.07 COORDINATION A. Coordinate layout and installation of roof accessories with roofing membrane and base flashing and interfacing and adjoining construction to provide a leakproof, weathertight, secure, and noncorrosive installation. 1. With Architect's approval, adjust location of roof accessories that would interrupt roof drainage routes or roof expansion joints. 1.08 WARRANTY A. The product manufacturer shall provide a one-year full system material warranty necessary to cover replacement of all components of the system against defects in manufacturing. The warranty will not include Acts of God, vandalism, neglect, metal finish or improper spacing of equipment, which would be a result of improper application. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers listed in other Part 2 articles. B. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers listed in other Part 2 articles. 2.02 MATERIALS A. Base: Seventeen inch (17") circular base, injected molded polypropylene, with 227 sq. in. of surface on bottom, designed for weight displacement. B. Base Dimensions: 3" H X 17" in diameter, designed for weight displacement, with molded insert for square tubing and two threaded rod couplings molded in. C. Frame: Pre -Galvanized Zinc coated 12-gauge channel (ASTM. A653). D. Hangers: Clevis and/or Band type as per pipe requirements. E. Accessories: Cadmium plated threaded rods, clamps, nuts, bolts and washers. F. Rollers: Non -Binding Heavy Duty SBR Rubber. 2.03 RELATED PRODUCTS A. If required by roofing manufacturer, a separation sheet or pad conforming to the existing roof manufacturer's system. ROOF ACCESSORIES 07720 - 2 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.04 EQUIPMENT SUPPORTS PROJECT NO.20151112-48 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: 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: Advanced Support Products, Inc. 2.05 ROOF PIPE SUPPORTS 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: 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: Advanced Support Products, Inc. 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: Advanced Support Products, Inc. ROOF ACCESSORIES 07720 - 3 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PART 3 — EXECUTION 3.01 EXAMINATION PROJECT NO.20151112-48 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. 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. ROOF ACCESSORIES 07720 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO SECTION 07920 SEALANTS PART 1 — GENERAL 1.01 DESCRIPTION PROJECT NO.20151112-48 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; 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. SEALANTS 07920 - 1 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO. 20151112-48 EDDIE DIXON ART STUDIO 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. One -part Urethane Sealant: Sealant for use at coping joints, reglet joints, etc., shall be a one -component, high performance, non -priming, non -sag, gun grade elastomeric polyurethane sealant designed for use in active exterior joints, ASTM C 920, shall meet the following physical and performance properties, SONOLASTICO NP 1 TM as manufactured by BASF Construction Chemicals, LLC, or approved equal. Properties Results Test Methods Movement capability, % ±35 ASTM C719 Tensile strength, psi (MPa) 350 (2.4) ASTM D412 Tear strength, pli 50 ASTM D1004 Ultimate elongation at break, % 800 ASTM D412 Rheological, at 120* F (49* C) No sag ASTM C639 (sag in vertical displacement) Extrudability, 3 seconds Passes ASTM C603 Hardness, Shore A ASTM C661 At standard conditions 25 — 30 After heat aging (max Shore A: 50) 25 Weight loss, after heat aging - 3% ASTM C792 Cracking and chalking, after heat aging None ASTM C792 Tack -free time, hrs, (maximum 72 hrs) Passes ASTM C679 Stain and color change Passes (no visible stain) ASTM C510 Bond durability,* on glass, aluminum, Passes ASTM C719 and concrete ±35% movement Adhesion* in peel, pli (min. 5 pli) 30 ASTM C794 Adhesion* in peel after UV radiation Passes ASTM C794 through glass (min. 5 pli) Artificial weathering, Xenon arc, 250 hours Passes ASTM C793 Artificial weathering, Xenon arc, 3,000 hours No surface cracking ASTM G26 Water immersion, 122' F (50* C) Passes 10 weeks with ASTM C1247 movement cycling *Primed for water immersion dictated by ASTM C920. SEALANTS 07920 - 2 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 C. Silyl-terminated Polyether Sealant: Sealant shall be a thermosetting, solvent free, non - slump, self-fixturing, multipurpose structural sealant which shall meet the following physical and performance properties, M-1 as manufactured by Chem Link, Inc., or approved equal. Properties Specific Gravity Viscosity Shear Strength (ASTM D-1002) Elongation @ break (ASTM D-412) Hardness Shore A (ASTM C-661) Tack free time (ASTM C-679) Low temperature flex ASTM D-816) Slump (sag) (ASTM C-697) Shrinkage (ASTM D-2453) Service temperature 1.62 (13.5 lbs./gallon) 800,000+ cps Brookfield RTV, TF spindle, 4 rpm 73° F 400 psi+ (7 day ambient cure) 400-550% (7 day ambient cure) 45t3 20 minutes Minus 10* F pass 1/4" mandrel Zero slump No measurable shrinkage (after 14 days) -40° F to 200° F continuous service D. 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. 2.05 MASKING TAPE A. For masking around joints, provide masking tape complying with Fed Spec UU-T-106c. SEALANTS 07920-3 i_ THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 2.06 JOINT PRIMER/SEALER PROJECT NO.20151112-48 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. 3.03 INSTALLATION OF BACKUP MATERIAL 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. SEALANTS 07920 - 4 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO PROJECT NO.20151112-48 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. 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 - 5 THE CITY OF LUBBOCK, LUBBOCK, TX PROJECT NO.20151112-48 EDDIE DIXON ART STUDIO 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 THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 1.05 INFORMATION SUBMITTALS PROJECT NO.20151112-48 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 _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. - THE CITY OF LUBBOCK, LUBBOCK, TX EDDIE DIXON ART STUDIO 3.02 PREPARATION PROJECT NO.20151112-48 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 R2.09 c SCOPE OF WORK GENERAL ROOF NOTES ROOF SECTIONS A, B, & C: A PROVIDE ALL REQUIRED UTILITY / STRUCTURAL COMPONENTS WORK SHALL INCLUDE REMOVAL OF EXISTING ROOF MEMBRANE AND AND/OR CONNECTIONS FOR THE FUNCTIONAL USE OF ALL INSULATION DOWN TO SUBSTRATE. MECHANICALLY FASTEN SPECIFIED CONTRACTOR SUPPLIED EQUIPMENT OR APPLIANCES, REGARDLESS 1.5" INSULATION BOARD PER ASCE 7 CRITERIA, AND ADHERE SPECIFIED OF ANY OMISSIONS OR INCONSISTENCIES ENCOUNTERED IN THE 1/4" ON 12' SLOPE INSULATION WITH 112" ON 12" TAPERED CRICKETS WITH CONSTRUCTION DOCUMENTS. 112" SUBSTRATE BOARD AS SPECIFIED. FULLY ADHERE AN AGGREGATE B. THE WORD'PROVIDE' SHALL MEAN TURNISH AND INSTALL COMPLETE SURFACED FOUR -PLY BUILT-UP ROOF SYSTEM AS SPECIFIED. INSTALL AND READY TO USE: NEW MISCELLANEOUS CARPENTRY TO PARAPET WALL AS SPECIFIED TO C. IF DISCREPANCIES APPEAR BETWEEN THE DRAWINGS AND THE PROVIDE WALL FLASHINGS AND NEW METAL COPING CAP AS SPECIFIED. SPECIFICATIONS, THE HIGHER QUALITY, QUANTITY. AND PRICE SHALL RAISE ALL MECHANICAL EQUIPMENT AND SERVICE LINES TO EIGHT -INCH SUPERSEDE. (B") MINIMUM HEIGHT ABOVE FINISHED ROOF SURFACE. PROVIDE A D. THE GENERAL CONTRACTOR AND SUBCONTRACTORS SHALL BECOME TWENTY (20) YEAR NDL MANUFACTURER'S WARRANTY AND A TWO (2) FAMILIAR WITH THE PROJECT AND THE ON -SITE / OFF -SITE YEAR CONTRACTOR'S WARRANTY. WORK SHALL ALSO INCLUDE ALL HVAC CONDITIONS PRIOR TO BIDDING OR COMMENCING WORK. AND ELECTRICAL, PIPING, DISCONNECT AND RECONNECTION, E. PROVIDE METAL END CLOSURE ON EXPANSION JOINTS WHERE THEY INSTALLATION SHALL BE AS PER NRCA, SMACNA, ANSIISPRI, OCCUR AT THE EDGE OF THE ROOF. SPECIFICATIONS, DETAILS, AND MANUFACTURER'S GUIDELINES. F. ROOF SLOPES SHOWN ON DRAWING ARE GENERAL AND R2.09 P R2.02 ME/G R2.01 ME R2.01 a m,` \01 fa-1� R2.03 RW C P ^ R2.02 1 R2.02 RD C \ RD R2.02 ME SC \ SC ' R2.02 ROOF AREA B AND C. MECHANICAL EQUIPMENT TO BE PLACED BY OTHERS UNDER SEPARATE CONTRACT. OVERALL ROOF PLAN NORTH CONCEPTUAL ONLY. PROVIDE POSITIVE DRAINAGE TO ALL ROOF DRAINS. VERIFY TAPER IN SHOP DRAWINGS. G, PROVIDE TAPERED INSULATION CRICKETS (112"/FT. MIN. SLOPE) AT HIGH SIDE OF ALL MECHANICAL UNITS SMOKE VENTS, ROOF HATCHES & OTHER MISC. ROOF PENETRATIONS, TO SHED WATER AROUND & TO ENSURE POSITIVE ROOF DRAINAGE. H. PROVIDE ADDITIONAL FULLY ADHERED MEMBRANES AS PROTECTION AT "SERVICE SIDE" OF ALL MECH. EQUIPMENT- FIELD VERIFY LOCATIONS. AS WELL AS PROTECTION AT "ACCESS SIDE" OF ALL ROOF HATCHES AND ROOF ACCESS LADDERS FIELD VERIFY LOCATIONS AND AT DOWNSPOUT LOCATIONS. 1. ALL WOOD BLOCKING AT ROOF EDGES ARE TO BE FABRICATED FROM CONT. ZX FR-WD BOARDS. PROVIDE LARGER 2X FR-WD AS REQUIRED PER DIMENSIONED DETAILED OR AS FIELD CONDITIONS DICTATE, ALL COPING TO BE SLOPED TOWARD THE INTERIOR. J. ALL EXPOSED FLASHING, COPING (IF APPLICABLE)AND THEIR ACCESSORIES SHALL BE AS SPECIFIED. PAINT ALL METAL FLASHING THAT IS NOT PREFINISHED (TYP) AND VISIBLE FROM THE GROUND. K HEIGHT OF ALL NAILERS SHALL BE FLUSH WITH NEW INSULATION THICKNESS. L. ALL THROUGH FLASHING SYSTEMS TO ACCOMMODATE 8" MINIMUM FLASHING HEIGHT FROM FINISHED ROOF SURFACE. PROVIDE END DAMS AS CONDITIONS ALLOW. ALL FLASHING TO HAVE d" LAP MINIMUM AND OR STEP. M. ALL PITCH PANS SHALL BE DOUBLE SOLDERED STAINLESS STEEL AND RECEIVE EITHER MECHANICALLY ATTACHED GOOSENECK OR METAL BONNETS. METAL BONNETS SHALL BE SECURED WITH CLAMPING RING AND SEALANT. SPECIAL CARE GIVEN TO WASH ALL METAL PRIOR TO INSTALLATION, N. ALL INFIELD EXPANSION JOINTS SHALL HAVE LOW SLOPED STANDING SEAM JOINTS AND SHALL BE CHAMFERED AT TERMINATION AT ROOF EDGE TO MEET PROFILE OF PERIMETER. O. ANY CRACKS OR VOIDS IN RISE WALLS ABOVE COUNTER FLASHING SHALL BE REPAIRED WITH COMPATIBLE SEALANT. P. ALL VERTICAL MEMBRANE FLASHING SHALL BE MECHANICALLY 01 FASTENED AND INSTALLED WITH NEW METAL COUNTER FLASHING UTILIZING A CONTINUOUS CLIP. SLIDE METAL COVER PLATE DOWN OVER VERTICAL CLIP AND SEAL Q. PROVIDE NEW CONCRETE SPLASH BLOCKS ON ROOF ELEVATION SUPPORTED BY A WALK PAD WHERE DOWN SPOUTS OCCUR. R. ALL PIPE AND CONDUIT SHALL RECEIVE PIPE SUPPORTS AND RELATED SHIMS. AND SHALL BE PLACED ON AN ADDITIONAL FULLY ADHERED ROOF MEMBRANE UNDER SPECIFIED WALK PAD PRIOR TO SURFACE APPLICATION, SUPPORTS TO OCCUR AT 10'-0" O.C. AND WITHIN Z-0" OF ALL SLOPES, TEES AND CORNERS. ALL PIPE TO BE PAINTED PER BUILDING CODE REQUIREMENTS. S. ALL METAL FLASHING SHALL EXTEND BEYOND ROOF EDGE MIN. S" WHERE FLASHING ABUTS VERTICAL WALL SURFACE AS DETAILED. ALL FLASHING SHALL BE INSTALLED IN SHINGLE FASHION. T. AT ALL LOCATIONS WHERE CONVERGENCE OF MULTIPLE PLANE OF RODFING TO WALL OCCURS, FIELD FABRICATE THERMOPLASTIC BOOT TO BE INSTALLED OVER NEW ROOFING, COMPLETELY OVERLAYING THE TRANSITIONS OF ALL ROOF TO WALL, ELEVATIONS, INSIDE I OUTSIDE 90'S ETC. PRIOR TO METAL INSTALLATION. ri .:r ROOF LEGEND 01/1712017 III II METAL ROOF SYSTEM PRIMM TEXAS REGISTERED ENGINEERING FIRM F-6498 m v G � 0 m 'm E `m m O m a H C N ca m E L) V IO N � N Z Z 1` } Um w o Z w 3 a o 0 O O H' coax U- m O F FJ. XZY ULLENU 'OWNO m XODOM o nn d C5W NJ R1.01 OF 1 PRE -FINISHED METAL JOINT COVER PLATE 6" APPROX. 1/2" WIDE MIN. - SET IN TWO GAP BEAD OF SEALANT AS 01G SPEC. ,gyp FLANGE APPROX. 4" WIDE Ok OF Q 3" MIN. FASTENERS AT 3" MIN. APPROX. 3" O.C. \� \ STAGGERED i Y y / PLY SHEET FLASHING AS _0 SPEC. J iv 3 I MOD BIT FLASHING AS 0 SPEC. w PRE -FINISHED METAL "GRAVEL STOP" SET IN ROOF CEMENT; PRIME FLANGE BEFORE STRIPPING WOOD NAILERS AS BUILT UP ROOFING MEMBRANE SPEC. AS SPEC. COVERBOARD INSULATION AS SPEC. EXTEND BASE FLASHING THERMAL INSULATION AS SPEC. MEMBRANE BELOW BLOCKING CONTINUOUS CLEAT AS SPEC. EXISTING ROOF DECK CONTINUOUS BEAD OF a OF TFkq�1 SEALANT AS SPEC. = E :**ICI �*.•�.. .... N +���F ��ENSti�•G�s 01 /17/2017 PROJECT FOR R2.01 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 DETAIL NAME: ROOF EDGE DETAIL AMR MKO OZ PROJECT NO: 20151112 -48 Copydghl 2013 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 01 /17/2017 DRAWN BY: JJH F - 6498 CONTINUOUS CLIP AS SPEC. CONTINUOUS BEAD SEALANT AS SPEC. PROVIDE 1/4" WIDE GAP AT 10'-0" O.C. CONT. 2X6 WOOD S FORM TOP FOR SLC CONT. 1X4 WOOD S FORM TOP FOR SLC 3/4" EXTERIOR F.R. GRADE PLYWOOD AS SPEC. 4" HIGH CANT STRII STANDING SEAM METAL CAP WITH CONTINUOUS CLEAT ON THE OUTSIDE. PRE -FINISHED METAL PARAPET CAP AS SPEC. EXTEND BASE FLASHING DOWN OVER WOOD BLOCKING HIGH -DOMED, CAPPED, GASKETED FASTENERS (APPROX. 18" / 12" O.C.) 2 RIVETS PER VERT. OVERLAP DOUBLE SIDED TAPE BETWEEN LAP & COPING LEG. PRE -FINISHED FLASHING RECEIVER FASTENED AT 8" O.C. PRE -FINISHED COUNTERFLASHING AS SPEC. 3/4" EXT. GRADE PLYWOOD TOP AND BOTTOM OF NAILERS PRIME WALL AS SPEC. WHEN APPLICABLE GRANULATED MOD BIT FLASHING AS SPEC. EXTEND FIELD PLIES ABOVE HEAD OF CANT PLY SHEET FLASHING AS SPEC. MULTIPLE PLY BUILT-UP ROOF MEMBRANES AS SPEC. COVERBOARD INSULATION AS SPEC. THERMAL INSULATION AS SPEC. EXISTING ROOF DECK +'E OF I ........I..\ *• 01 /17/2017 PROJECT FOR R2.02 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 DETAIL NAME: LOW PARAPET WALL DETAIL ARM Copyright 2013 by Armko Industries PROJECT NO: 20151112-48 TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 01/17/2017 DRAWN BY: JJH F - 6498 PRIME AS SPE CONT. ( AS SPE ­ 11- .. .- ­. 17- EDGE IN WEEP HOLE AS SPEC. FASTENERS APPROX. 24"O.C. SHEET METAL REGLET AS SPEC. 3' LAP WITH BEAD OF SEALANT AS SPEC. 3" LAP AT JOINTS REMOVABLE SHEET METAL COUNTERFLASHING AS SPEC. SEAL TOP OF FLASHING WITH A 3-COURSE OF VERTICAL GRADE ROOF CEMENT AND REINFORCEMENT FABRIC AS SPEC. TERM BAR FASTENED @ 6"-9" O.C. OR FASTENERS APPROX. 8" O.C. GRANULATED MOD -BIT FLASHING AS SPEC. EXTEND FIELD PLIES ABOVE HEAD OF CANT PLY SHEET FLASHING AS SPEC, MULTI -PLY BUILT-UP ROOF SYSTEM AS SPEC COVERBOARD INSUL. +" AS SPEC. y4 THERMAL INSUL. AS SPEC. EXISTING ROOF DECK ®iulm 01 /17/2017 PROJECT FOR R2.03 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 a DETAIL NAME: RISE WALL WITH REGLET DETAIL M 3; PROJECT NO: 20151112-48 Copyright 2013 by Arm ko Industries TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE I DATE: 01/17/2017 DRAWN BY: JJH EXTEND MOD BIT BASE SHEET UP UNDER METAL COUNTERFLASHING MOD BIT FLASHING MEMBRANE AS SPEC. PLY SHEET WRAP NEW METAL FLASHING AS COUNTERFLASHING SPEC. AROUND CORNER AND ATTACH TO TERM BAR VERTICAL HIDDEN MULTI -PLY BUILT-UP TERM BAR ROOF SYSTEM AS SPEC. - COVERBOARD INSULATION AS SPEC. / THERMAL INSULATION a / AS SPEC. / EXISTING ROOF DECK WOOD NAILERS AS SPEC. \ CONTINUOUS CLEAT AS \ SPEC. EXTEND ONE PLY OR A SEPARATE MEMBRANE SHEET TO OVERLAY GUTTER BRACKET METAL CLOSURE SUPPORT AT 12• TO 36• CONTINUOUS SHEET O.C., AS SPEC. METAL CLOSURE SHEET METAL GUTTER FASTENED APPROX. 18• AS SPEC. O.C. AS SPEC. 41 P•EOFr ........ i5 ti�•G����. 01 /17/2017 PROJECT FOR R2.04 CITY OF LUBBOCK OF EDDIE DIXON ART STUDIO LUBBOCK, TX 13 DETAIL NAME: ROOF EDGE AT PARAPET WALL DETAIL MKO N0 PROJECT NO: 20151112-48 Copyright 2013 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE I DATE: 01/17/2017 DRAWN BY: JJH F - 6498 WHEN THE CONDITION OCCURS, CONTRACTOR SHALL REMOVE EXISTING FACE BRICK FOR NEW THROUGH WALL FLASHING, CLEAN AND REINSTALL EXISTING FACE BRICK BACK TO ORIGINAL CONDITION. WEEPS AT END DAMS TYPICAL REMOVE MASONRY AS REQ. FINISH IN ORDER TO PROPERLY INSTALL NEW COUNTERFLASHING TO EXTEND THRU WALL FLASHING AROUND THE CORNER MIN 8" PAST THERMOPLASTIC BOOT EXTEND THERMOPLASTIC BOOT / THRU-WALL COUNTERFLASHING INTO WALL AND FLASH AGAINST i INTERIOR WALL CAVITY i / EXTEND THERMOPLASTIC BOOT OUT SURFACE ( / MIN 16" ONTO PARAPET MASONRY WALL / �c � ��i� PRE -FINISHED METAL COPING CAP - PROVIDE END DAM AT EA END I INSTALLED &INCLUDING OF BOOT AND THRU WALL I�+ / F �� �^ 1 CONTINUOUS CLIP ON EXTERIOR WALL, LOW PROFILES STANDING SEAM ON LAPS. COPING FASTENED END CLOSURE 18" O.C. CONTINUOUS VERTICAL INA LER CHAMFERED CLIP WITH SLIP-ON ✓ I OIROOF VERTICAL FLASHING WEEPS AT32"O.C. R2.02 � I R2.03 I I I I I I I I END CLOSURE FLASHING MEMBRANE i I UP & OVER PARAPET WALL THRU-WALL COUNTERFLASHING AS SPEC. FLASHING MEMBRANES AS SPEC. ROOFING MEMBRANE AS SPEC. ��111ZiOF T�x�s�ti DECK AND ASSOCIATED * " ROOFING COMPONENTS ..•...•...... u..:.. 4" CANT (45°) AS SPEC. • nen w� n t"4 NOTES: PARAPET WALL FLASHING INSTALLED A MINIMUM OF 8" TO THE INSIDE OF THE 90° AND MECHANICALLY ATTACHED WITH VERTICAL CONTINUOUS CLIP. 01 /17/2017 PROJECT FOR R2.05 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 a DETAIL NAME: PARAPET WALL AT RISE WALL DETAIL ARM PROJECT NO: 20151112-48 Copyright 2013 by Arrmn Industries TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 01/17/2017 DRAWN BY: JJH F - 6498 MOD BIT FLASHING — MEMBRANE AS SPEC. PLYSHEET MEMBRANE STRIPING PLY AS SPEC. COVERBOARDINSUL.- AS SPEC. i THERMAL INSUL. AS — SPEC. MULTIPLE -PLY SHEETS AS SPEC. EXISTING ROOF DECK / CLAMPING RING AS SPEC. DECK CLAMP AS SPEC. DRAIN BOWL AS SPEC. MEMBRANE FIELD PLIES, METAL FLASHING, AND STRIPPING PLIES ALL EXTEND UNDER CLAMPING RING ROOF CEMENT AS SPEC. MULTIPLE -PLY ROOF MEMBRANE -d 30" SQUARE MIN., 4 LB. LEAD FLASHING SET ON FINISHED ROOF IN ROOF CEMENT, PRIME TOP SURFACE BEFORE STRIPPING SIZES DRAIN STRAINER AS SPEC. 01 /17/2017 PROJECT FOR R2.10 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 DETAIL NAME: ROOF DRAIN DETAIL AMRMPROJECT NO: 20151112-48 Copyright 2013 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 01/17/2017 DRAWN BY: JJH F - 6498 TAPER CRICKETS BETWEEN DRAINS AS SPEC. REFER TO ROOF PLAN PRIMARY ROOF DRAIN AS SPEC. \ IL / I 48"X48" SUMP AROUND \ \ � DRAIN SLOPE_ RD I R2.10 _SLOPE I I / I / ui \ CANT / o \ / U \ I I OFS PARAPET WALL OVERFLOW ROOF SCUPPER AS SPEC. 01 /17/2017 PROJECT FOR R2.11 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 a DETAIL NAME: ROOF DRAIN TAPER PLAN DETAIL AMRM PROJECT NO: 20151112-48 Copyright 2013 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM SCALE :NOT TO SCALE DATE: 01/17/2017 DRAWN BY: JJH F - 6498 SOLDER FLANGE TO TOP c nrr WALL SURFACE I vn 1-1/2' HEM THE FLANGE EDGE LI' ON ALL SIDES SETSCVPPER S FACE WRUBBER ZA OAl10E SCUPPERBACKER S CAULK FASTEN TO FACE OF WALL WITH ES.1I2' ON ALL SINES EXPANSION BOLT ROOF LINE BEYONDr;n SCUPPER - TYP. EXT. ELEVATION 6' NOT TO SCALE EXTEND FLASHING UP AND OVER WOOD BLOCKING REFER TO PARAPET - DETAL FOR FURTHER COPING AND FLASHING INFORMATION. / REFER TOOCS RAPET / FWALL APPLICON PROCEDURES / STRIP N PLY HOT AIR WELD TO CIFM PRIIMRY SCUPPER WN SHEET AROUND PENETRATION PREFNWIED ALUMINUM TRW a CUT EXCESS CIF FROM PERY&ETER OF NOTE: SCUPPER 6 SET SCUPPER IN FULL BED CONDUCTOR HEADS AND DOWNSPOUTS SHOULD BE SHEET METAL. OF MASTICWHLEN SETTING IN MASONRY. FABRICATED OF THE SAME MATERIAL CONDUCTOR HEAD AS SPEC RECOMMENDED AIINAFIM FOR CONSTRUCTION OF 2/ GAUGE PRE -FINISHED SCUPPER CONDUCTOR HEADS IS N GA PREFNISHED AS SPEC. -SHOP FABRICATED- GALVANIZED STEELE SOLDER ALL JDNM CONT. TO ENSURE WATER TIGHTNESS. HEM EDGE OF FLANGE *MIN. ON ALL aim. 2' FIBER CANT STRIP AS SPEC. CON. ALONG WALLWHERE SCUPPER OCCURS WRAP BASE FLASHING INTO SCUPPER G \Ei. OF WON BOTr. AND BOTH SIDES. FIELD SOLDER AROUND ENTIRE FACE CONECTDN OF SCUPPER BOTH SIDES . MATIFLE-PLY MOD BR BASE . FlAMNGASPER-ROOF64G \ SPEC. HOTAIR WELD TO FIELD OF ROOF. / ABRADE AND PRIME METAL FLANGE i* 4' •..* - MULTIPLE PLY BUILT UP ROOF SYSTEM AS SPEC. 'JI*� ..♦ri i... .....'.... ... , 1� EN89P 01 /17/2017 PROJECT FOR R2.12 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 DETAIL NAME: THROUGH WALL SCUPPER DETAIL AMRM PROJECT NO: 20151112-48 Copyright 2013 by Arm Industries TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 01/17/2017 DRAWN BY: JJH F - 6498 I INSULATION WHERE APPLICABLE ROOFING MEMBRANES TIE EXISTING SIDE OF ROOF DIRECTLY — TO DECK WITH FULL WATERSTOP THREE PLY TIE-IN MINIMUM, EACH SUCCEEDING LAP EXTENDING 4" FURTHER ON ROOF SURFACE THAN PREVIOUS LAP EXISTING ROOF SYSTEM TOP REMAIN — SPUD SURFACE ROOF SYSTEM BACK 3'4' DOWN TO EXISTING DECKING AND INSTALL FULLY ADHERE CONTINUOUS TRIM EXISTING BUILT-UP ROOF 18" MINIMUM NEW BUR ROOF INSTALLATION 01 /17/2017 PROJECT FOR R2.13 CITY OF LUBBOCK EDDIE DIXON ART STUDIO OF LUBBOCK, TX 13 a DETAIL NAME: THROUGH WALL SCUPPER DETAIL PROJECT NO: 20151112-48 Copyright 2013 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE DATE: 01/17/2017 DRAWN BY: JJH