HomeMy WebLinkAboutResolution - 2015-R0197 - Contract - Tecta America CS - Library Roof Replacement - 06/11/2015IfflWO&I'MIL&A
No. 6.20
11, 2015
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. 12275 for the Patterson Branch Library roof
replacement project as per RFP 15 -12275 -TF, by and between the City of Lubbock and Tecta
America - CS, 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 thisl lth day of June 2015.
ATTEST:
Rebec Garza, City Secretary
APPROVEDASTO CONTENT:
M�arwo�n City Manager
APPROVED AS TO FORM:
HiQ
Latud Pratt, Assistant City Attorney
Resolution - Tecta America 5.22. 15
May 22, 2015
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: June 11, 2015
CITY OF LUBBOCK
SPECIFICATIONS FOR
Patterson Branch Library Roof Replacement Project
RFP 15-12275-TF
CONTRACT 12275
PROJECT NUMBER: 92363.8302.30000
Rd147
Cityof
Lubbck
TExas
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 15-12275-TF
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is to submit (1) one original and (1) one copy of every item listed.
1. X 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. 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. X 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. x Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
4. X 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. r X 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. x Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
7. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firin's
FEDERAL TAXID number or O;vner's SOCIAL SECURITY number.
8. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
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.
Teeta America- CS
(Type or Print Company Name)
Page Intentionally Left Blank
2.
3.
4.
E
5.
6.
7.
t
8.
9.
10.
11.
12.
13.
1
a
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269.151
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. LUMP SUM PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS-BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Pau Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
i
NOTICE TO OFFERORS
RFP 15-12275-TF
Sealed proposals addressed to Marta Alvarez, Purchasing Director, City of Lubbock, Texas, will be
received in the office of the Purchasing Director, City Hall, 1625 13th Street, Room 204, Lubbock, Texas,
79401, until 3:00 PM on May 14, 2015 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:
Patterson Branch Library Roof Replacement Project
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure
that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the
expiration of the date above first written.
The Contractor is required to submit one original and one copy of every item listed on the
Contractor Checklist in the proposal submittal.
i
Proposals are due at 3:00 p.m. on May 14, 2015, and the City of Lubbock City Council will consider
the proposals on June 11, 2015, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may
be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or
better. The bond must be in a form accented by the City Attorney and must be dated the same as the
Contract Award date.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the 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.
The estimated budget for the project is $137,000.
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 such factors have been thoroughly investigated and considered in
the preparation of the proposal submitted. There will be a pre -proposal conference on May 6, 2015 at 10:00
A.M., in the City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401.
., 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
f_
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) 775-2175 write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Alar'ta .ACvarez
Marta Alvarez
DIRECTOR OF PURCHASING
& CONTRACT MANAGEMENT
t,_
GENERAL INSTRUCTIONS TO OFFERORS
I
Pate Intentionally Left Blank
I
I
GENERAL INSTRUCTIONS TO OFFERORS
f. 1 PROPOSAL DELIVERY TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish the Patterson
Branch Library Roof Replacement Project per the attached specifications and contract documents.
Sealed proposals will be received no later than 3:00 p.m. on May 14, 2015 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 15-12275-TF, Patterson Branch Library Roof
Replacement Project" 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 Contract
Managers 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
2.2 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 on May 6, 2015 at 10:00 A.M., in the City Hall,
162513th Street, Room 204, Lubbock, Texas, 79401. All persons attending the meeting will be
asked to identify themselves and the prospective proposer they represent. A site visit may be
scheduled following the pre -proposal meeting.
2.3 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 Purchasing Manager. At the request of the
proposer, or in the event the Purchasing Manager deems the interpretation to be substantive, the
interpretation will be made by written addendum issued by the Purchasing Manager. Such
addenda issued by the Purchasing Manager Office will be available over the Internet at i
http://www.bidsync.com and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR 4
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 Manager 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 Manager 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 Purchasing Manager and a clarification obtained before
�}
the proposals are received, and if no such notice is received by the Purchasing Manager
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
1
complete the work in accordance with these plans and specifications. If proposer does not
_
notify the Purchasing Manager 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 t
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.
t,
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
t�
{
2
i�
' 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(b)
6.3 Marking your entire proposal CONFIDENTIAUPROPRIETARY 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
i proposer is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 B signing and executing this proposal, the proposer certifies and represents to the City the
Y� g g p p p p p Y
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
` 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.
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 Purchasing Manager if anv
lanQuaee. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in
3
13
14
15
16
writing and must be received by the City Purchasing Manager 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:
Teofilo Flores, Senior Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
Bidsync: www.bidsyne.com
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 45
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City
of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the 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.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
4
i
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 three 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
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
6
21
22
23
r. o
25
(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.
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.
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
0
26
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.
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.
26.4 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014,
authorizes a penalty to be imposed on a person who contracts for certain services with a
governmental entity and who fails to properly classify their workers. This applies to
subcontractors as well. Contractors and subcontractors who fail to properly classify individuals
performing work under a governmental contract will be penalized $200 for each individual that
has been misclassified (Texas Government Code Section 2155.001).
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 3
The contractor and each of his subcontractors shall pay each of his employees engaged in work on
the project under this contract in full (less mandatory legal deductions) in cash, or by check readily
cashable without discount, not less often than once each week. The Contractor and each of his
subcontractors shall keep a record showing the name and occupation of each worker
employed by the Contractor or subcontractor in the construction of the public work and the
actual per diem wages paid to each worker. This record shall be open at all reasonable hours
to inspection by the officers and agents of the City. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem
wages, which schedule is included in the contract documents. The Contractor shall forfeit as a
penalty to the City of Lubbock on whose behalf this contract is made, $200 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. House
Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a
penalty to be imposed on a person who contracts for certain services with a governmental entity and
who fails to properly classify their workers. This applies to subcontractors as well. Contractors and
subcontractors who fail to properly classify individuals performing work under a governmental
contract will be penalized $200 for each individual that has been misclassified (Texas Government
Code Section 2155.001).
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:
29.3.2 Proposal: RFP 15-12275-TF, Patterson Branch Library Roof Replacement Project
�2 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 BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors.
(b)
General Instructions to Offerors.
(c)
Proposer's Submittal Form.
(d)
Statutory Bonds (if required).
(e)
Contract Agreement.
(f)
General Conditions.
(g)
Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of
the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the
service specified therein in a satisfactory manner. The proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and 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 F
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. 3
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 Local Government Code Section 271.116. The Maximum
Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor
Qualifications, 5% for Record of Performance, and 15% for Construction Time. The selection criteria
used to evaluate each proposal includes the following: IJ
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 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications,
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
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 X Weight = 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.
32.3 5% RECORD OF PERFORMANCE: This criterion is also more subjectively evaluated and
the formula is as follows: (Points X Weight = Score). Each evaluator assigns points based upon 1
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 be given a zero. The City may j
consider any incidents involving worker safety or safety of Lubbock residents, be it related or L
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
10
previous offenses with the date of the offense, location where the offense occurred, type of
offense, final disposition of the offense, and any penalty assessed as well as the Experience
-- Modification Ratio
32.4 15% 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.
32.6 The estimated budget for the construction phase of this project is $137,000.
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.
11
r
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 r
THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE t
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS.
�.r
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential }
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
35.3 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.
t~
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day r
that the worker is paid less than the wage rates stipulated in the contract.
12
TEXAS GOVERNMENT CODE 4 2269.151
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or
` repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(a-1) In this section "facility" means an improvement to real property.
(b) The governmental entity shall select or designate an engineer or architect 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.
(c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify
them in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction
documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors 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.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any
are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation
to the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity based
on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt
to negotiate a contract with the selected offeror. The governmental entity 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 governmental entity is unable to negotiate a 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.
(g) 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
LUNIP SUM PRICE PROPOSAL CONTRACT
DATE: Ma 14 2015
PROTECT NUMBER.: RFP 15-12275-TF - Patterson Branch Library Roof Replacement Project
Proposal of Tecta America - CS (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 construction of the Patterson Branch
Library Roof Replacement Project 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 aH of the conditions surrounding the construction of the intended project including the availability
of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in
accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract
documents.
BASEPROPOSAL
ITEM
No.
DESCRIPTION
UNIT
MATERIALS
LABOR
TOTAL PRICE
Work shall include removal of any blisters or ridging in
the existing modified bitumen roof membrane. fully
adhere specified 1/2" substrate board as specified. Fully
adhere specified SBS modified base sheet, and fully
adhering one ply of Thermoplastic ElvaloyG sheet.
Install new miscellaneous carpentry to the perimeter
edge as specified to provide new gutter assembly 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
1
manufacturer's warranty with no exclusion for up to two-
LS
$61, 560.00
$41, 040.00
$102, 600.00
inch (2") diameter bail events, and a two (2) year
contractor`s warranty. Work shall also include all
HVAC and electrical, piping disconnect and
reconnection. Installation shall be as per NRCA,
SMACNA, ANSIISPRI, specifications, details and
manufacturer's guidelines.
13ase bid consists of the materials and labor for the
necessary improvements for the above referenced
ro'ect, as specified herein,
TOTAL PROPOSAL ITEM #1: ($ _ _ 102,600.00 )
L.
UNIT PRICES
rMM
DESCRIPTION
UNIT OF
MEASURE
Estimated Quantity
tf-
Unit Price
rxtended Price
Removal and replacement of any
damaged or deteriorated wooden
Board
U
$ 3 . {} 0
$ 3 0.0 0
nailers as described in the plans and
Foot
specifications.
DURATION
1. Contractors proposed CONTRUCTION TIME for completion:
TOTAL CALENDAR DAYS: 3 0
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 45
Consecutive Calendar Days thereafter as stipulated in the specifications and other contract
documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $25 for
each consecutive calendar day in excess of the time set forth herein above for completion of this
project, all as more fully set forth in the general conditions of the contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the tight to reject any or all proposals and to waive
any formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of 60 calendar days after the
scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has
carefully examined the plans, specifications and contract documents pertaining to the work covered by
this proposal, and he further agrees to commence work on the date specified in the written notice to
proceed, and to substantially complete the work on which he has proposed; as provided in the contract
documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a
cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal
bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in
an amount not less than five percent (5°lo) of the total amount of the proposal submitted as a guarantee
that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary
bonds (if required) within 10 days after notice of award of the contract to him.
Offeror's Initials
0
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this
proposal is a Cashier's Check or Certified Check for
Dollars {$ } or a Proposal Bond in the sum of 5%
Dollars (S }, 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 10 Business days after the date of receipt of written notification of
acceptance of said proposal; otherwise, said check or bond shalt 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 ififOfferor is 1 Corporation)
,,Secret
Offeror acknbwledges receipt of the following addenda:
Addenda No. N/A
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: May 14, 2015
Auth ized Si ature
Jon Kunkle
(Printed or Typed Name)
Tecta America -
Company
5401 Acuff Road
Address
Lubbock Lubbock
City, County
Texas , 79403
State Zip Code
Telephone: 806 - 747-8400
Fax: 806 - 747-8800
Email: jkunkle@tectaamerica.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
84-1505685
CONTRACTOR:
(!4'raim lcgalmatus mid addrrmv)
Tecta America CS LLC
5401 Acuff Road
Lubbock, TX 79403
OWNER:
fA'mne, legalstatusandaddhuw)
City of Lubbock Texas
162513th Street
Lubbock, TX 79401
BOND AMOUNT: $ SO/6
Document A310 TM - 2010
Conforms with The American Institute of Architects AEA Document 310
SURETY:
(.tune. legal statlticmtdnrfluipal place IlfbltrfnccT)
XL Specialty Insurance Company
300 E. Lombard Street, Suite 1470
Baltimore, MD 21202
Mailing Address for Notices
300 E. Lombard Street, Suite 1470
Baltimore, MD 21202
Five Percent of Amount Bid
This document has important
legal consequences. Consultation
with an attorney Is encouraged
with respect to its completion or
rnoddication.
Any singular rererencee to
Contactor. Surety, owner or
other party shall be considered
plural where applicable.
PROJECT:
(Monm locadanoraddn:se mrdl'roJectnumber, f%artp)
Patterson Branch Library - Reroof 122 square, with new insulated fleeceback roof assembly - #15-12275-TF
The Contractor and Surety are bound to the Owner in the amount set forth above. for the payment of which the Contractor and Surd} bind
themselves. their heirs, oxccutom administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond arc such that if the Owner accepts the bid of tie Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by lira Owner and Contractor, and the Contractor either (1) enters into a contract with tie Owner in accordance with
the tenns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in
the jurisdiction of the Project and otherutise acceptable to the Owner, for the faithful performance of such Contract and for Ilia prompt
payment of labor and material famished in rho prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of
this Hond, between the amount specified in said bid and such larger amount for which the Owner may in good With contract with another
party to perform ilia wort: covered by said bid, then this obligation shall be null and void, otherwise to remain in !'till farce and oWect. The
Surety hereby wuives any notice orun agreement between the Owner and Contractor to extend the time in which rile Owner tray accept the
bid. Waive rormttico by the Surety shall not apply to any extension ex cecding sixty (60) days in the aggregate beyond the time rar
acceptance orbid., specified in the bid document.-, and the Owner mid Contractor shall obtain ilia Surety's consent tier an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the terns Contractor in this Bond stall be deemed to be
Subcontractor and de term Owner shall be deemed to be Contractor.
When this Ilund Ims been furnished to comply %vitls a statutory or other legal requirement in Ilia location ol'the Prajec4 any provision in
this 11on d contlicling twith said statutory or legal requirement shall be deemed deleted hererrom and provisions canibrming to such
statutory or other legal requirement !doll be deemed incorporated heroin. When set famished, ilia intent is that this Ilond shall be construed
as a statutory bond and not as a common law bond.
Signal and seated this 11 th day of May, 2015.
Tecta America CS LLC
(tJ' to.ssl `
(Ji'lunrss)
S4=4/AS 8110
(Prltrcipal) (seat)
B:
MIR fir
XL Spe
(Surety)
T'?
1
ACKNOWLEDGMENT OF SURETY COMPANY
STATE OF ...NEW YQRK
COUNTY OF.. ..NAssau,,,,,�
MAY 112015 SUSAN LUPSKI
On iris ................................ before me personally came.............., ..........
to me know, who, being by me duly sworn, did depose and say; that he/she resides in
NASSAU COUNTY ,, State of..NEw Y R..,,,, that he/she is the Attorney -In -Fact of the
Xl SPE..............................................................
.TY INNCSURACOMPANY the corporation described in which
executed the above instrument; that he/she knows the seal of said corporation; that the
seal affixed to said instrument is such corporate seal; that is was so affixed by order of
the Board of Directors of said corporation; and that he/she signed his/her name thereto by
like order, and the affant did fii Cher depose and say that the Superintendent of Insurance
of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State
of New York, issued to XL APECiAt;TY INSURANCE COMP? ANY.................(Surety) his/her
certificate of qualification evidencing the qualification of said Company and its
sufficiency under any law of the State of New York as surety and guarantor, and the
propriety of accepting and approving it as such; and that su has not been
revoked. A
NY acknowledgment
Public
JACQUELINE McNEtt,
Notary Public, State of New York
No. 01 MC6156390
Qualified in Queens County
Commission Expires November 27, 2018
1
�u
l
XL' St-'LClAL"fY INSURANCE COMPANY
Sl`A1 U1'00Y I111I :Nfi NT OF ni< MITTLD ASSFThS,
d IA1311ITIES, CAPITAL AND SURPI -U1.
DMEMPIA-Ii 31, 2014
(tt_s. h)r�Ilar.c)
! usl>�titit:r:.
Bundy
?-32,863,926
toss & lass adjustment expenses
Stocks
46.171,492
Reinsurance payable on paid toss and toss
adjustment expenses
Cash find short-term investments
101,315,183
Unearned premiums
Receivable for securities
Ceded reinsurance premium payable
Total tnve;sted Assets
380,3.50,601
Funds held by company under reinsurance
treaties
Payable for Securities
Other Liabilities
Total l.labititles
Agents Balances 30,638,955 Capital and Surplus, -
Funds field by or deposited with reinsured
companies
Reinsurance recoverable on loss and loss
adjustment expense payments
Accrued interest and dividends
Other admitted assets
Total Admitted Assets
Aggregate write-ins for special
surplus funds
Common capital Slock
Gross paid In and contributed surplus
1,150,117 unassigned surplus
20,519,277 Total Capital and Surplus
432,658,950 Total Liabilities, Capital and Surplus
197,043,344
(63,502)
36,745,052
5,632.876
50.120,854
289,478,624
5,812,500
127,529,060
i3,i33t3,76Ci
143,180,326
432,668, 960
w�
1, Andrew Robed Will, Vice President and Controller of XL Specialty Insurance Company the *Corporation") do hereby cerfify
that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities,
Capital and Surplus of the Corporation, as of December 31, 2014, prepared In conformity wtfh the accounting practices
prescribed or permitted by the Insurance Department of the State of Delaware. The foregoing statement should not be taken
as 8 Co portion seprintement of financial cipal office located at Setaview House, 770 Seavlew Avenuion of the Corporation. Such a e, Stamford, CT availableement is 06902-0604on 0 request at the
IN WITNESS WHEREOF, t have hereunto set my hand and affixed the seal of the co
rporation at Stamford, Connecticut.
er
Vice Presidert and CanlrtkN
r ..
t
CONTRACTORS STATEMENT OF QUALIFICATIONS;
_ 3
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations.
Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation
information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER.
Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well as
the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If
so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If
so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as defined
in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest
and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or
conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have
in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such
misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the
contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting
from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
7
A.
CONTRACTOR PREQUALIFICATION STATEMENT
Organization:
Amarillo Office
F.O. Box 2722
Amarillo, TX 79105
(806) 373-1732
Dallas Office
2510 Cockrell Ave.
Dallas, TX 30004
(2I4) 352-3032
Lubbock Office
5401 Acuff Road
Lubbock, TX 79403
(806) 747-8400
Austin Office
826 Wagon Trail
Austin, TX 78758
(512) 389-2611
B. Tecta America CS, formerly Construction Services, is a contracting firm
specializing in various types of roofing, sheet metal, waterproofing and roof -
related specialties. As a service to General Contractor's, architects, building
owners and facility managers, we also provide assistance in preparation of
specifications, drawings, schedules and budgets.
C. Construction Services, incorporated in Texas on May 31, 1960, evolved from a
similar company established in 1943. On February 10, 2000, Construction
Services and nine other organizations merged to form Tecta America Corporation,
which is currently the nation's largest roofing contractor.
For more information on Tecta, please visit our website at
www.tectaaznerica.com.
D. The size of our work force varies from 300 to 400 persons. Our management team
and key employees remain stable. These key people consist of the chairman,
president, general managers, production managers, estimators, contract
administrators, office managers, payroll clerks, superintendents, foremen and roof
applicators. Most management people are of long tenure — 5 to 50 years. The
superintendents and foremen have been employed from 3 to 35 years.
Attachments #4 and #4A lists the company's key personnel.
E. Some of the larger projects we have completed are described below.
$10,200,000 reroofing project on NASA Michoud Assembly facility for Lockheed -
Martin Corp.
$4,529,000 roofing contract on the BMW Assembly Plant in Greer, South Carolina. The
general contractor was Fluor Daniel, Inc.
"Fast track" projects we have completed include:
The Milliken Carpet Plant in LaGrange, Georgia, built by Fluor Daniel on which the
roofing contract was approximately $4,300,000.
A copper refinery for ASARCO, Inc., built in Amarillo by Bechtel Corporation on which
the roofing contract was approximately $1,300,000.
At Tinker Air Force Base in 1986, we installed a $2,000,000 built-up roof covering
650,000 square feet in less than 90 days. This project was the restoration of Building
3001 which was destroyed by fire. The complete project was a $45,000,000 job built in
five months. The general contractor and construction manager was Hensel Phelps
working under the supervision of the U.S. Army Corps of Engineers.
We completed $13,000,000 of roofing for the Saturn Project in Springhill, Tennessee.
$7,000,000 of the project was produced in four months. Morrison-Knudsen Company
was the construction manager.
We have also completed a number of large projects where the original design data was
minimal and details were developed as work progressed.
We do substantially all of our work with our own forces and rarely subcontract work to
others.
F. Our major suppliers, bank and bonding agent, along with pertinent data concerning them,
are listed in Attachment #3. We have done business with most of our suppliers for many
years and are familiar with their strengths and weaknesses.
G.
in
We seldom use subcontractors, but we do have experience with minority subcontractors
and suppliers. Much of our work force is composed of minority workmen.
Audited financial statements and internally prepared financial statements can be
furnished on request.
We are listed in Dun and Bradstreet #02597-9170.Our rating is 3A2.
Construction Services is a wholly -owned subsidiary of Tecta America Corp. The audited financial
statements of Tecta America Corp. will be available around April 15 or 105 days following the close of
each year. These statements include consolidating information that will identify the figures from
Construction Services that are included in the combined Tecta financial report. Unaudited quarterly
statements are also available on request.
701
ATTACHMENT #1
TECTA AMERICA-CS, LLC.
CONTRACTOR PREQUALIFICATION STATEMENT
Recently Completed Projects
Project
Size Valuation of Roof Proicet
Designer A/E
Dora Consolidated School District
1000 Squares
$ 1,690,000.00
JDK&A
Dora, NM
575.392.7676
Frenship ISD New Middle School
1100 Squares
$1,720,000.00
BGR Archiecture
300 Main Street
806.747.3881
Wolforth, TX 79382
Bozeman & Hodges Elementary Schools 1056 Squares
$ 1,178,900.00
Adling Associates
Lubbock ISD
806.748,0880
Lubbock, Texas
Roosevelt ISD Roof Renovations
650 Squares
$ 675,000.00
BGR Architecture
Lubbock County
806.747.3881
New Midland Christian Schools
450 Squares
$ 475,900.00
PA -hill, smith & Cooper
S. Loop 289 & Quaker
806.473 2200
Lubbock, Texas
Texas Tech Boston Avenue
432 Squares
$ 810,686.00
BOKA Powell
New Residence Hall
972.701.9000
Lubbock, Texas
Greenlawn Church of Christ
311 Squares
$ 369,000.00
Parkhitl,5mith & Cooper
Clovis Skilled Nursing Facility
300 Squares
$ 310,000.00
JDK&A
Clovis, NM
575.392.7676
UMC East Tower Expansion
510 Squares
$ 875,000.00
Parkhill, Smith Cooper
Lubbock County
806.473.2200
South Plains College
405 Squares
$ 510,000.00
BGR Architecture
Texan Dome Re -roof
806.747.3881
Levelland, Texas
Dunbar Junior High School
1611 Squares
$ 1,325,100.00
Stiles, Wallace Assoc.
Lubbock ISD
806.795.6431
Lubbock, Texas
McWhorter Elementary 420 Squares $540,000.00 Stiles, Wallace Assoc.
Lubbock ISD 806.795.6431
Lubbock, Texas
Jenna Welch Woman's Center 180 Squares $250,000.00 Adling Associates
Texas Tech University 806.748.0880
Midland, Texas
M
ATTACHMENT #2
TECTA AMERICA-CS, LLC.
CONTRACTOR PREQUALIFICATION STATEMENT
CONTRACTOR REFERENCES
Washington Group Intl. Reid & Gary Strickland Co.
Washington Plaza F.O. Box 7038
1500 West 31d Street Amarillo, Texas 79109
Cleveland, Ohio 44113 Gary Strickland
Jim Garrett (806) 355-3387
(216) 523-5632
Fluor Daniel, Inc.
Dyad Construction
100 Fluor Daniel Drive
8505 Holt
Greenville, South Carolina 29607-2762
Houston Texas 77054
Dick Wallace
Joe Pigford
(864)281-4208
(713)799-9380
f�
Global Performance
Marshall Construction
7003 Pelham Rd., Suite C
P.O. Box 7538
Greenville, South Carolina 29615
Houston, Texas 77270
Steve Kiker
David Marshall
(864)286-1661
(713)861-8163
Pharr & Company
D.E. Harvey Builders
PO Box 2791
3630 Westchase
Lubbock, Tx 79408
Houston, Texas 77042
Jimmy Pharr
Kelly Hall
'
(806)763-5263
(713)783-8710
Western Builders
Pepper -Lawson Construction
j
P.Q. Box 15368
P.Q. Box 219227
7
Amarillo, Texas 79105-4321
Houston, Texas 77218
Jerry RohanelMike Robertson
Paul Lawson
(806)376-4321
(281)371-3100
'
Page & Associates Wiley Hicks Jr., Inc.
P.O. Box 2570 1301 West V
Amarillo, Texas 79105 Amarillo, Texas 79106
Stan Cotgreave Wiley Hicks III/James Hicks
(806)372-3237 (806)376-5941
Knox, Gailey, & Meador Lee Lewis Construction, Inc
1109 N. Avenue T 7810 Orlando Ave
Lubbock, Texas 79415 Lubbock, Texas 79424
Don Meador/Danny Scott Tom Ferguson__
(806)763-0418 (806)797-8400
G
ATTACHMENT #2A
TECTA AMERICA-CS, LLC
CONTRACTOR PREQUALIFICATION STATEMENT
ARCHITECT -ENGINEER -CONSULTANT REFERENCES
Lavin & Associates Michael L. Hamilton Inc.
2810 Duniven Circle, Ste. 100 25100 Pitkin Road #84B
Amarillo, Texas 79109 Spring, TX 77386
Tom Lavin Mike Hamilton
(806)358-7069 (281)376-8996
Shiver-Megert Associates
A.P. Ward Consulting Inc.
102 E. 91h, Ste. 200
1301 Shiloh Rd., Ste. 860
Amarillo, Texas 79101
Kennesaw, Georgia 30144
Richard Constancio
A.P. Ward
(806)372-5662
(770)428-0012
W.D. Architects
Conley Group
1619 S. Kentucky #F665
2555 Cumberland Pkwy, Ste. 170
Amarillo, Texas 79102
Atlanta, Georgia 30339
Jim Doche
Mike Quinn
(806)359-0772
(770)333-9591
Sims-Parge' Architects
Adling Associates
718 W.15'h
2529 741h Street
Amarillo, Texas 79101
Lubbock, Texas 79423
Kent Parge'
Bill Adling
(806)374-2341
(806)748-0880
Jim D. Koontz & Associates
R.W.S. Architects
3120 N. Grimes
4615 Post Oak Place #111
Hobbs, New Mexico 88240
Houston, Texas 77027
Jim Koontz
Bruce Wallace
(505)392-7676
(713)621-1651
JDMA
ARMKO Industries
1402 Ave N
7302 82"d Ste 14
Lubbock, TX 79401
Lubbock, Texas 79424
Steve Robinson
Brad Draper
(806)744-4490
(806)833-6953
Stiles, Wallace, & Associates
BGR Architecture
171h St. and Avenue M
2119 3411 Street
Lubbock, Texas 79411
Lubbock, Texas 79411
Craig Wallace/Ed Stiles
Jim Melton
(806) 795-6431
(806) 747-3881
ATTACHMENT 93
TECTA AMERICA-CS, LLC.
CONTRACTOR PREQUALIFICATION STATEMENT
SUPPLIERS
Petersen Aluminum
Commercial Roofing Specialties Inc.
4295 Hayes
P.O. Box 48120
Tyler, Texas 75707
Atlanta, Georgia 30362
Josh Jacobi
Larry Burns
(800)441-8661
(404)458-0539
C-CAP - FIRESTONE
ABC Supply
435 W. Main
404 341„ Street
Lewisville, Tx 75057-3757
Lubbock, Texas 79404
Jim Fell
Carey Jobe
(972)353-8820
(806)763-1932
IJA Inc.
P.O. Box 2467
Lubbock, Texas 79408
Ivan Jones
(806) 438-3093
FINANCIAL REFERENCES
Amarillo National Bank
Peoples Bank
Teeta America Corp. (Parent co.)
Plaza One
5820 82"' Street
5215 Old Orchard Rd. Suite 880
410 S. Taylor
Lubbock, Tx 79424
Skokie, Illinois 60077
Amarillo, Texas 79101
Todd McKee
Mike Arduino, CFO
Brent Wade
(806)794-0044
Mark Santacrose, CEO
(806)378-8000
(847)581-3888
BONDING & INSURANCE REFERENCES
Bonding Agency
RFF & Associates, Inc.
1001 Franklin Ave.
Suite 208
Garden City, NY 11530
Jacqueline McNeil
(516)414-8920
Insurance Agent
Arthur J. Gallagher
300 S. Riverside Plaza
Suite 1900
Chicago, IL 60606
(3I2)803-6375
T
ATTACHMENT #4
TECTA AMERICA-CS, LLC.
CONTRACTOR PREQUALIFICATION STATEMENT
OFFICERS
R. Christopher Pinkston: President
With Company since 1972
Graduated Texas A&M University
General Manager — Atlanta office
Jeff McMenamy: Secretary -Treasurer
With Company since 1979
Graduated West Texas A&M University
Regional Managing President
Gregory M. Vaughan: Vice President
With the Company since 1992
General Manager — Lubbock Office
Tracy Honea: Vice President
With Company since 2001
General Manager — Amarillo Office
Greg Thorpe Vice President
Michael YeIlott Assistant Secretary
Michael Arduino Assistant Secretary
Rodney Land Assistant Secretary
7
ATTACHMENT #4A
CONSTRUCTION SERVICES LUBBOCK
KEY PERSONNEL
Greg Vaughan: Operating Unit President
Attended West Texas State University
22 Years of Experience in Roofing Industry,
Began with Company in 1992
Jason Weems:
General Manager
15 Years of Experience in the Construction Industry
Graduated Lubbock Christian University 2008
Jon Kunkle:
Estimator/Project Manager
S Years of Experience in the Roofing Industry
Graduated Texas Tech University 2000
Seth Vaughan:
Production Manager
Juan Gomez:
Sheet Metal Foreman
Matt Hill:
Service Director
Michael Pillow
Service Manager
Lara Vaughan:
Office Manager
Attended Georgia Tech University
Lorenzo Montoya:
Roofing Foreman
30 Years Commercial Roofing Experience
Uvence Ramirez: Roofing Foreman
With Company since 2005
Joe Martinez: Sheet Metal/Roofing Foreman
Jaroe Parnell: Sheet Metal Foreman
Dumitru Rosca: Service Foreman
30 Years experience as Roofing Foreman
ATTACHMENT #4A (CONTINUED)
TECTA AMERICA-CS, LLC. AMARILLO
KEY PERSONNEL
Tracy Honea:
General Manager
With Company since 2001
Prior experience as project manager for
large general contractor
Gary Jackson:
Estimator/Project Manager
More than 20 years with Company
Extensive project management experience on very
large industrial roofing projects.
Keith McNutt:
Production Manager
With Company since 1990
Paul Green:
Roofing Superintendent
With Company since 1994
Rito Diaz:
Roaring Superintendent
With Company since 1997
Gary McNutt:
Roofing Superintendent
With Company since 1999
Dustin Hurt
Roofing Superintendent
With Company since 2001
Jim Wiechec:
Sheet Metal Department Manager
With Company since 1981
Robin Johnson
Sheet Metal Superintendent
With Company since 2002
Jerry Thompson
Sheet Metal Superintendent
With Company since 2005
Genaro Saldierna:
Roofing and Sheet Metal Superintendent
With Company since 1998
Manual Murillo:
Roofing Foreman
With Company since 2000
David Dominguez:
Roofing Foreman
With Company since 2004
91
ATTACHMENT #i4A (CONTINUED)
CEI ROOFING TEXAS, A TECTA AMERICA COMPANY - DALLAS
KEY PERSONNEL
Byron Warnick:
General Manager/Project Manager
With Company since 2005
30+ years' experience in industry/commercial roofing
Bob Truscott:
Field Operations Manager
With Company since 2005
20+ years' experience in industry/commercial roofing
Rick Coulter:
Project Manager
With Company since 2005
30+years' experience in industry/commercial roofing
Ken Fike:
Chief Estimator
With Company since 2005
Jim Renard:
Treasurer/Controller
With Company since 2005
ATTACHMENT #4A (CONTINUED)
TECTA AMERICA ATLANTA
KEY PERSONNEL
Chris Pinkston
President -General Manager
With Company Since 1978
Michael L. Yellott:
Senior Estimator/Project Manager
With Company since 1989
Graduated University of Texas
Greg Thorpe:
Project Manager
With Company since 1983
Extensive fast track experience on projects including
Boeing, BMW, Proctor & Gamble and Milliken Carpet.
Dan Martin:
Service Manager
With Company since 1999
James Burton:
Asst. Service and Maintenance Manager
With Company since 2007
Andrew Armistead:
Sales/Service/Project Manager
With Company since 2009
John Cordero:
Service Representative - With Company since 2009
Isidro Rivera:
Rooting Foreman - With Company since 1982
Gerardo Gundarrama:
Roofing Foreman - With Company since 1995
Ray Zawoysky:
Rooting Foreman - With Company since 1983
Angelo Narvaiz:
Roofing Foreman - With Company since 1980
Percy James:
Roofing Foreman - With Company since 1980
Kenneth Parton:
Sheet Metal Foreman ,- With Company since 1998
Daniel Anderson:
Sheet Metal Foreman -- With Company since 2001
Maurice Johnson:
Roofing Foreman -- With Company since 1999
Jesus Alvarado:
Roofing Foreman —With Company since 2004
Victor Rivera:
Roofing Foreman -- With Company since 2004
Juan Burgos:
Roofing Foreman — With Company since 2006
Enrique Nunez:
Roofing Foreman — With Company since 2006
11
Page Intentionally Left Blank
I
8
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, furnish
a valid insurance certificate to the City meeting all of the requirements defined in this proposal.
ontrac r (Ori Signature)
Mion Kunkle
Contractor (Print)
CONTRACTOR'S BUSINESS NAME: Tecta America - CS
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 5401 Acuff Road
Lubbock, TX 79403
NOTE TO CONTRACTOR
If the tune 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.
RFP 1542275-TF -Patterson Branch Library Roof Replacement Project
Page Intentionally Left Blank
v
a
SAFETY RECORD STIONNAME
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
three (3) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
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:
i Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed,
Offeror's Initials
_s
(QUESTION TWO
i�
LJ
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: 0.55
ACKNOWLEDGEMENT
TIME STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
0001 — -
$IgnfltUre
Estimator -__Project Manager
Title
FA
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A410) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME: Tecta America - CS
FEDERAL TAX ID or SOCIAL SECURITY No. 8 4 -15 0 5 6 8 5
Signature of Company
Printed name of company official signing above: Jon Kunkle
Date Signed. —May 14, 2015 _
Page Intentionally Left Blank
LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1. N/A
a c►
2.
a a
3.
0 a
4.
a 0
5.
a ❑
6.
0 ❑
7.
a 0
S.
a 0
9.
a
it}.
❑ a
11.
+ 0
12.
0 0
13.
a a
14.
0 a
15.
0 a
16.
a a
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Tecta America- CS
(PMNT N OF COMPANY)
RIP 15-12275-TF - Patterson Branch Library Roof Replacement Project
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing Manager Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
If no sub -contractors will be used please indicate so.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
L Al/A
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
SUBMITTED BY:
7-EC-TA AMCe_t� C,-S
(PRINT NAME OF COMPANY)
Minority Owned
Yes
No
❑
0
0
0
0
El
0
0
El
0
0
0
0
0
0
0
0
0
0
❑
0
❑
11
El
0
0
THIS FORM SHALL BE COMPLETED AND RETURNED D NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
L,
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 15-12275-TF - Patterson Branch Library Roof Replacement Project
Pate Intentionally Left Blank
PAYMENT BOND
Pap,e Intentionally Left Blank
I
I
I
I
I
11
Bond No. US00071323SU15A
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Tecta America CS LLC
(hereinafter called the Principal(s),
as Principal(s), and XL Specialty Insurance Company of 300 E. Lombard Street, Suite 1470, Baltimore, MD 21202
(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 ofOne Hundred Two Thousand Six Hundred & 00/100Dollars ($102,600.00 )
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 11 th
day of June , 2015, in for Contract No. 12275, RFP #15-12275-TF, Patterson Branch Library Roof
Replacement Project,
and said principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this 16th day of June, 2015. T t A ' CS LLC
XL Specialty Insurance Company
Surety
*By.
(Title irginia M. L ve ttorney-In-Fact
Texas Non -Resident License No. 1757297
ec a merica
5401 Acuff Road, Lubbock, TX 79403
(Company Name)
By:.....JLn"0'&S
i•
,a .
No Text
The undersigned surety company represents that it is duly qual' i �dsto do business in Texas, and hereby
designates Suremerica an agent resident in sozk County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Suremerica
14643 Dallas Parkway, Suite 770
Dallas, TX 75254
Approved as to Form
i
XL Specialty Insurance Company
Surety
*By: A.,
(Title
Virginia M. Lovett, Attorney -In -Fact
Texas Non -Resident License No. 1757297
* 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.
No Text
ACKNOWLEDGMENT OF SURETY COMPANY
STATE OF ... NEW,YORK
COUNTY OF , NASSAu SS
...........
On this ......AX-111015 ....... before me personally came Virginia M. ..
Lovett ............... .
to me known, who, •e•.r ........... .. .
being by - me duly sworn, did depose and say; that he/she resides in
Richmond County State Of ...
...........................................•.......... New York..............., that he/she is the Attorney -in -Fact of the
XL Specialty Insurance Company .
•.••........•....................................•.............................. the corporation described in which executed the
above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is
such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed
hisiher name thereto by like order; and the affiant did further. depose and say that the Superintendent of
Insurance of the State of New York, has, pursuant to Section I I I I of the Insurance Law of the State of New
Yorkissued to ..,XL_ S ecialty Insurance Company y� certificate of
.....X'......................................................................... (surety) his/her
qualification evidencing the qualification of said Company and Its sufficiency under any taw of the State of New
York. as surety and guarantor, and the propriety of accept! and approving -it as such; and that such certificate
has not been revoked.
.................................. ....,..,.....,,. ;-- ......, .............
Notary public
IVY acknowledgement
DESIREE CARDLIN
Notary Public, State of New York
No. 01 CA6150043
Qualified in Suffolk County
Commission Expires 07/24/2018
-= ►bow - - IGm D. 51iyd, NOTARY PUBLIC
'�coNN
SB-0034 = 3/11
STATE OF CONNECTICUT
COUNTY OF FAIRFIELD
IN WITNESS WHEREOF, XL REINSURANCE AMERICA INC. has caused its corporate seal to be hereunto affixed, and these presents to be signed by Its duly
authorized officers this 29th day of May, 2015.
STATE OF CONNECTICUT
COUNTY OF FAIRFIELD
On this 29th day of May, 2015, before me personally came John P. Welch to me known, who, being duly sworn, did depose and say: that he Is President & CEO
of XL REINSURANCE AMERICA INC., described in and which executed the above Instrument; that he _knows the seal of said Corporation; that the seal affixed to
I, Toni Ann Perkins, Assistant Secretary of XL REINSURANCE AMERICA INC. a corporation of the State of New York, do hereby certify that the person who
executed this Power of Attorney, with the rights, respectively of XL REINSURANCE AMERICA INC., do hereby certify that the above and forgoing is a full, true
and correct copy of a Power of Attorney issued by said Corporation, and that I -have -compared same With the original and that it is a correct transcript
therefrom and of the whole original, ---and. that the said Powef of Attorney Is still=in full fame aril effact f d has not been revoked.
IN WITNESS WHEREOF, I have hereunto set my hand ar&affixed the seal oEseid Corporation, at`;the City of Stamford, this-= day of = .
CP1 1 049,
= Toni Ann Perkins, SECRETARY
- _ -
-- -----
This Power of Attorney may not be used to execute any bond with an inception date after May 29, 2020
SB0041
T11JS DOCUAMENT 1S PRINTED dN BLUE BACKGROUND
SB-0034 — 3/11
XL SPECIALTY INSURANCE COMPANY
STATUTORY STATEMENT OF ADMITTED ASSETS,
LIABILITIES, CAPITAL AND SURPLUS
December 31, 2014
(U.S. Dollars)
Assets:
Bonds
Stocks
Cash and short-term investments
Receivable for securities
Total Invested Assets
Agents Balances
Funds held by or deposited with reinsured
companies.
Reinsurance recoverable on loss and loss
adjustment expense payments
Accrued interest and dividends
Other admitted assets
Liabilities:
232,863,926
Loss & loss adjustment expenses
197,043,344
46,171,492
Reinsurance payable on paid loss and loss
(63,502)
adjustment expenses
101,315,183
Unearned premiums
36,745,052
Ceded reinsurance premium payable
380,350,601
Funds held by company under reinsurance
5,632,876
treaties
Payable for Securities
Other Liabilities 50,120,854
Total Liabilities 289,478,624
30,638,955 Capital and Surplus:
Aggregate write-ins for special
surplus funds
Common capital Stock 5,812,500
Gross paid in and contributed surplus 127,529,060
1,150,117 Unassigned surplus 9,838,766
20,519,277 Total Capital and Surplus 143,180,326
Total Admitted Assets 432,658,950 Total Liabilities, Capital and Surplus 432,658,950
I, Andrew Robert Will, Vice President and Controller of XL Specialty Insurance Company (the "Corporation's do hereby certify
that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities,
Capital and Surplus of the Corporation, as of December 31, 2014, prepared in conformity with the accounting practices
prescribed or permitted by the Insurance Department of the State of Delaware. The foregoing statement should not be taken
as a complete statement of financial condition of the Corporation. Such a statement is available upon request at the
Corporation's principal office located at Seaview House, 70 Seaview Avenue, Stamford, CT 06902-06040.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation at Stamford, Connecticut.
vice President and Controller
State of Connecticut
County of Fairfield
The foregoing financial information was acknowledged before me this 25th of March, 2015 by Andrew Robert Will of XL
Specialty Insurance Company on behalf of the corporation.
��,«;tliilNt//t
����fi*�`+s:�;.• Notary Pu lid c� i
_ .s �RY
0 . A
G
EXF,t` [,.•
Bond No. US00071323SU15A
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Tecta America CS LLC
(hereinafter called the Principal(s),
as Principal(s), and XL Specialty Insurance Company of 300 E. Lombard Street, Suite 1470, Baltimore, MD 21202
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Hundred Two Thousand Six Hundred & 00/10Q?ollarS ($102,600.00 )
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 11 th
day of June , 2015, U for Contract No. 12275, RFP #15-12275-TF, Patterson Branch Library Roof
Replacement Project,
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 16th day of June, 2015.
XL Specialty Insurance Company
Surety
*By.
(Title) Yjirginia M. Lovett, A rney-In-Fact
Texas Non -Resident License No. 1757297
Tecta America CS LLC
5401 Acuff Road Lubbock TX 79403
(Company Name)
The undersigned surety company represents that ' is duly qualified to do business in Texas, and hereby
designates Suremerica an agent resident in County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Suremerica
14643 Dallas Parkway, Suite 770
Dallas, TX 75254
Approved as to form:
City of Lubbock
•
XL Specialty Insurance Company_
Surety
By:
(Title)
Virginia M. Lovett, Attorney -In -Fact
Texas Non -Resident License No. 1757297
* Note: If signed by an officer of the Surety Company there must be on file a certified extract iiom 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.
ACKNOWLEDGMENT OF SURETY COMPANY
STATE OF ....NEW YORK
COUNTY OF. NAssAu........... SS
On this ........ JqN _ 16,2015. ,. ....., .�. ,� before me personally came ....... Virginia M. Lovett .........................
to me known, who, being by -me duly sworn, did depose and say; that he/she resides in
Richmond County State of.
............... .................... I ....................... I ..Neuu York,............. that he/she Is the Attorney -in -Fact of the
XL Specialty Insurance Company
NO ................................................................................. the corporation described in which executed the
above instrument; that he/she knows 'the seal of said corporation; that the seal affixed to said Instrument is
such corporate seal; that is was so affixed by the Board of Directors of said coiporation; and that he/she signed
histher name thereto by like order; and the affiant did further. depose and say that the Superintendent of
Insurance of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State of New
XL
York, issued to ..... Specialty Insurance Company (Surety) his/her certificate of
................................... ... ....................................
qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New
York -as surety and guarantor, and the propriety of accepting and approving -it as such; and that such certificate
has not been revoked.
...
......,...........
Notary Public
NY NCknowledgentent
DESIREE CARDLIN
Notary Public, State of New York
No. 01 CA6150043
Qualified in Suffolk County
Commission Expires 07/24/2018
Insur�n�e
-- -- Two Io AIn-r A DnK[n nu IRADMO
The Power of Attorney -is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors
aeach of the Companies on the 24th day of May-2015. _
RESOLVED, that Gary Kaplan, David Iiewett, Ram Mills, Gregory Boai and KevWMirsch aWMreby appointed by the Board as authorized to make,
execute, seal and deliver for -and "on behalf of the Company, any and l bonds-pundertakings, contracts or obligations in surety or co -surety with others and
that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest the execution of any such bonds,
undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company.
Kam D. Silva, NOTARY PUBLIC
STATE OF CONNECTICUT
COUNTY OF FAIRFIELD
IN WITNESS WHEREOF, XL REINSURANCE AMERICA INC. has caused its corporate seal to be hereunto affixed, and these presents to be signed by Its duly
authorized officers this 29th day of May, 2015.
STATE OF CONNECTICUT
COUNTY OF FAIRFIELD
On this 29th day of May, 2015, before me personally came John P. Welch to me known, who, being duly swom, did depose and say: that he is President & CEO
of XL REINSURANCE AMERICA INC., described In and which executed the above Instrument; that he knows the seal of said Corporation; that the -seal affixed to
1, Toni Ann Perkins, Assistant Secretary of XL REINSURANCE AMERICA INC. a corporation of the State of New York, do hereby certify that the person who
executed this Power of Attorney, with the rights, respectively of XL REINSURANCE AMERICA INC., do hereby certify that the above and forgoing Is a full, true
and correct copy of a Power of Attorneyissuedby,said-CorpOration, and that I have compared same with the original and that It Is a-correct-Aranscript,
therefrom and of the whole o0ginal-Sifidj— the said Power dbf Attorney is still in full force and effect and has not been revoked..
-affixed the sealofsaidCorporation,of Stamford, this -day
n TN WITNESS WHEREOF, I have hereunto set my hand And -of--
ao4c
Toni Ann Perkins, SECRETARY
This Power of Attorney may not be used to execute any bond with an inception date after May 29, 2020
SBOD41
-1 THIS DOC MENT IS PRINTED ON BLUE BACKGROUND
SB-0034 — 3/11
Assets:
Bonds
Stocks
Cash and short-term investments
XL SPECIALTY INSURANCE COMPANY
STATUTORY STATEMENT OF ADMITTED ASSETS,
LIABILITIES, CAPITAL AND SURPLUS
December 31, 2014
(U.S. Dollars)
Liabilities:
232,863,926 Loss & loss adjustment expenses
46,171,492 Reinsurance payable on paid loss and loss
adjustment expenses
101,315,183 Unearned premiums
Receivable for securities Ceded reinsurance premium payable
Total Invested Assets 380,350,601 Funds held by company under reinsurance
treaties
Payable for Securities
Agents Balances
Funds held by or deposited with reinsured
companies.
Reinsurance recoverable on loss and loss
adjustment expense payments
Accrued interest and dividends
Other admitted assets
Total Admitted Assets
Other Liabilities
Total Liabilities
30,638,955 Capital and Surplus:
Aggregate write-ins for special
surplus funds
Common capital Stock
Gross paid in and contributed surplus
1,150,117 Unassigned surplus
20,519,277 Total Capital and Surplus
432,658,950 Total Liabilities, Capital and Surplus
197,043,344
(63,502)
36,745,052
5,632,876
50,120,854
289,478,624
5,812,500
127,529,060
9.838,766
143,180,326
432,658,950
I, Andrew Robert Will, Vice President and Controller of XL Specialty Insurance Company (the 'Corporation' do hereby certify
that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities,
Capital and Surplus of the Corporation, as of December 31, 2014, prepared in conformity with the accounting practices
prescribed or permitted by the Insurance Department of the State of Delaware. The foregoing statement should not be taken
as a complete statement of financial condition of the Corporation. Such a statement is available upon request at the
Corporation's principal office located at Seaview House, 70 Seaview Avenue, Stamford, CT 06902-06040.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation at Stamford, Connecticut.
Vice President and Controller
State of Connecticut
County of Fairfield
Th f re oin financial information was acknowledged before me this 25th of March, 2015 by Andrew Robert Will of XL
e o g g
Specialty Insurance Company on behalf of the corporation.
Notary�lic `,
`ttptl;U i i!Nllli///
A40
puaL�� �cb I —
�'� CCNNEC'
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that
called the Principal(s), as Principal(s), and
(hereinafter
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Hundred Two Thousand Six Hundred Dollars $10( 2,600) 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 I Ith
day of June, 2015, to RFP 15-12275-TF Patterson Branch Library Roof Replacement Proiect
I,
and said Principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2015.
Surety
*By:
(Title)
-TFc71 ?-"rlc &r,-9 - C $
(Company Name)
By: -J&-! K✓nN<4F—
(Printed Name)
( gnature)
4SPM - l�tdJtc7- ry/ �
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices
may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
(Title) j
Approved as to form:
City of Lubbock
By. �-,
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
LJ
it
1
L i
2
� ' � 1
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that
the Principal(s), as Principal(s), and
(hereinafter called
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Hundred Two Thousand Six Hundred Dollars $10( 2,600) 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 I1th
day of June, 2015, to RFP 15-12275-TF Patterson Branch Library Roof Replacement Project
i. _
and said principal under the law is required before commencing the work provided for in said contract to
execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2015.
i Surety
*By:
(Title)
—7bcTA A6tf.L w-A - C. S
(Company Name)
By: K✓rvV-L-F.
(Printed Name)
(Si ure)
iS-» MA-W>4 - l��&T- M /WA'9jE4.
(Title)
r�
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any
requisite notices may be delivered and on whom service of process may be had in matters arising out of such
suretyship.
Surety
*By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
I
2
t i
I
CERTIFICATE OF INSURANCE
Pate Intentionally Left Blank
CERTIFICATE OF INSURANCE
j TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this
certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with
the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
0 Commercial General Liability
General Aggregate $
0 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) $
011 Hired Autos
Property Damage $
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $
J BUILDER'S RISK
r 100% of the Total Contract Price
$
F1 INSTALLATION FLOATER
$
EXCESS LIABILITY
D Umbrella Form
Each Occurrence $
Aggregate $
Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ 5- 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 7WA Amu-ICa4 CS LLC
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By.�� �--�---
Title: MA%*+4
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.
r
CONTRACTORCHECKLIST I
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;
showing workers' compensation coverage to the governmental entity
(2) provide a certificate of coverages g p g g
prior to beginning work on the project;
3 provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
() p g Y
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
F
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS"ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A
WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE,
SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO
A _ ,WORK. ON THIS, -PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Pale Intentionally Left Blank
I
CONTRACT
Pate Intentionally Left Blank
I
Contract 12275
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 111 day of June, 2015, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Tecta America - CS 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 15-12275-TF Patterson Branch Library Roof Replacement Project
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement Tecta America - CS's proposal dated May 14, 2015 is incorporated
into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: Tecta America - CS
By:
PRINTED NAME: J oeJ Kyry iG L-E
TITLE: C$tiMN-'tom- 1?XvJtGt MAyAtA ,C.
COMPLETE ADDRESS:
Sqo( Acvr-r RD.
J-VMQC K-. TX 7714 n 3
ATTEST:
Co o to Secreta
CITY OF LUBB , TE S (OWNER)
By:
GlqZ. kobertn, Mayor
ATTEST:
Reb,'-ca Garza, City Secretaty
A ROVED `;3NTENT:
Wesley v rett, Director of Facilities Management
Mark Aarwbod, (Assistant City Manager
Chief hif&mation Officer
APPROVED AS TO FORM:
Q.t.IAcL�
Laura Pratt, Assistant City Attorney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Pate Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Tecta America - CS,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, Wesley Everett, Director of Facilities Management, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
Resident Project Representatives as may be authorized by said Owner to act in any particular way under this
agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction
of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
-= the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment. The 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 commencement of the work_
contemplated by these contract documents or the completion of the work contemplated by these contract
documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to 7
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
i
2
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
g _ included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,
and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The decision of the Owner's Representative shall be conclusive in the absence of written objection to same
delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
�.: time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the
work done under this Agreement, and to see that said material is furnished and said work is done in accordance
with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or
inspectors so appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days
make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by
Contractor, as provided herein, any and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
._ It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
S
18.
19.
FA
21
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.
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.
CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
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.
OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor
shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and
shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
4
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
g 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. hi 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 term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
.w
25
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; or (2) the amount that would have been charged by a reasonable and
prudent Contractor as a reasonable and necessary cost for performance of the extra work,
as estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the. Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
6
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans
and specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than seven (7) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals
being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
- work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs,
damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued
or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER
OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE
SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO
THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
a
Is,
III
E
10
Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products-Comp/Op AGG
Contractual Liability
Personal Injury & Advertising Injury
Owner's and Contractor's Protective Liability Insurance. -DELETED
Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 100%
(100% of potential loss) naming the City of Lubbock as insured.
Umbrella Liability Insurance - DELETED
of the total contract price
Worker's Compensation or Occupational Medical and Disability (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000.
7
r
f
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
9
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
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
I1
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 i
[)
(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;
t 11
(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 l"")
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
10
�r
F. 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;
11
1—
(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; f
(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 j
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.txus) 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: 1 ;
`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;
12
i
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
.: employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
r ' 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,
13
32
33.
34.
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to offering.
LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and _ l
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.
SUBCONTRACTING
1_>
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.
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 l
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. 1 t
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 $25 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.
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.
14
r
`i
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. OUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
t 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
15
39
41
42
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.
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.
PRICE FOR WORK
In consideration of the famishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work famish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
fl,
16
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 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
17
4'7.
48.
PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of -
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
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.
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
18
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
19
t
t.
50.
51
52.
53
54.
X- ..
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
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.
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
q py p ,
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 1,-
be in effect until such bonds are so furnished.
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.
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.
INDEPENDENT CONTRACTOR
r!
I.1
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority t`
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. t
W_ Mt_ ► 1 CIii
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
t
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.
20
P 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 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.
21
Pate Intentionally Left Blank
I
DAVIS-BACON WAGE DETERMINATIONS
Pa,ze Intentionally Left Blank
EXHIBIT A
General Decision Number: TX150334 03/06/2015 TX334
Driving or Caisson
/
Attachment and Hydraulic
Superseded General Decision Number: TX20140334
Crane 60 tons and above ..... $ 28.75 10.60
(3) Hydraulic cranes 59
i
State: Texas
Tons and under.............. $ 27.50 10.60
Construction Type: Building
----------------------
IRON0084-011 06/15/2014
..,Counties:
Crosby and Lubbock Counties in Texas.
Rates Fringes
BUILDING CONSTRUCTION PROJECTS (does not include
IRONWORKER, ORNAMENTAL ........... $ 22.02 6.35
single family homes or apartments up to and including 4
----------------------------------------------------------------
stories).
IRON0263-003 12/01/2013
Note: Executive Order (EO) 13658 establishes an hourly
Rates Fringes
minimum wage of $10.10 for 2015 that applies to all contracts
subject to the Davis -Bacon Act for which the solicitation is
IRONWORKER, STRUCTURAL ........... $ 22.70 5.35
issued on or after January 1, 2015. If this contract is covered
----------------------------------------------------------------
by the EO, the contractor must pay all workers in any
PLUM0404-026 07/01/2013
r
classification listed on this wage determination at least $10.10
(or the applicable wage rate listed on this wage determination,
Rates Fringes
if it is higher) for all hours spent performing on the contract.
The EO minimum wage rate will be adjusted annually.
PIPEFITTER ....................... $ 22.80 7.16
Additional information on contractor requirements and worker
PLUMBER .......................... $ 22.80 7.16
protections under the EO is available at
----------------------------------------------------------------
www.dol.gov/whd/govcontracts.
SHEE0049-001 06/01 /2014
Modification Number Publication Date
Rates Fringes
0 01/02/2015
1 03/06/2015
SHEET METAL WORKER (HVAC Duct
_.
Installation Only) ............... $ 22.49 11.14
BOIL0074-003 01/01/2014
----------------------------------------------------------------
* SUTX2014-060 07/21/2014
Rates Fringes
Rates Fringes
BOILERMAKER ...................... $ 23.14 21.55
---------------------------------------------------------------
BRICKLAYER ....................... $ 20.04 0.00
CARP0665-001 05/O 1 /2014
CEMENT MASON/CONCRETE FINISHER ... $ 19.60
Rates Fringes
0.00
f
CARPENTER ........................ $ 20.81 6.76
INSULATOR - MECHANICAL
----------------------------------------------------------------
(Duct, Pipe & Mechanical
ELEC0602-008 09/01/2014
System Insulation) ............... $ 19.77 7.13
Rates Fringes
IRONWORKER, REINFORCING .......... $ 12.27 0.00
ELECTRICIAN ...................... $ 20.84 3%+8.15
----------------------------------------------------------------
LABORER: Common or General ...... $ 12.35 0.00
ENGI0178-005 06/01/2014
LABORER: Mason Tender - Brick...$ 11.36 0.00
Rates Fringes
LABORER: Mason Tender -
Cement/Concrete..................$ 10.58 0.00
POWER EQUIPMENT OPERATOR
(1) Tower Crane ............. $ 29.00 10.60
LABORER: Pipelayer.............. $ 12.49 2.13
�`
(2) Cranes with Pile
LABORER: Roof Tearoff ..........$ 11.28
OPERATOR:
Backhoe/Excavator/Trackhoe ....... $14.25
OPERATOR: Bobcat/Skid
Steer/Skid Loader ................$ 13.93
OPERATOR: Bulldozer ............. $ 18.29
OPERATOR: Drill .................$ 16.22
OPERATOR: Forklift .............. $ 14.83
OPERATOR: Grader/Blade .......... $ 13.37
OPERATOR: Loader ................$ 13.55
OPERATOR: Mechanic ..............$ 17.52
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete) ......... $ 16.03
OPERATOR: Roller ................ $ 12.70
0.00 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
0.00 union average rate).
0.00
1.31
0.34
0.00
0.00
0.94
3.33
0.00
0.00
PAINTER (Brush, Roller, and
Spray) ...........................$ 14.27 0.00
ROOFER ...........................$ 13.75 0.00
SHEET METAL WORKER, Excludes
HVAC Duct Installation ........... $ 21.13 6.53
TILE FINISHER .................... $ 11.22 0.00
TILE SETTER ...................... $ 14.00 2.01
TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18
TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57
TRUCK DRIVER: Semi -Trailer
Truck ............................ $ 12.50 0.00
TRUCK DRIVER: Water Truck ....... $ 12.00 4.11
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed in
dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation
identifier of the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA)
governing this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that no
one rate prevailed for this classification in the survey and the
published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all rates
reported in the survey, it may include both union and non-
union rates. Example: SULA2012-007 5/13/2014. SU
indicates the rates are survey rates based on a weighted
average calculation of rates and are not majority rates. LA
indicates the State of Louisiana. 2012 is the year of survey on
which these classifications and rates are based. The next
number, 007 in the example, is an internal number used in
producing the wage determination. 5/13/2014 indicates the
survey completion date for the classifications and rates under
that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate that
no single majority rate prevailed for those classifications;
however, 100% of the data reported for the classifications was
union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG
indicates that the rate is a weighted union average rate. OH
indicates the state. The next number, 0010 in the example, is
an internal number used in producing the wage determination.
08/29/2014 indicates the survey completion date for the
classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January
of each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was
conducted because those Regional Offices have responsibility
for the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described in
2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an interested
party (those affected by the action) can request review and
reconsideration from the Wage and Hour Administrator (See
29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material, etc.)
that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are
final.
END OF GENERAL DECISION
Page Intentionally Left Blank
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.
Pau Intentionally Left Blank
a
H
SPECIFICATIONS
Page Intentionally Left Blank
m
Project Manual for
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
a;ro, ap. rol%
...................
RONALD C. WHrMNGTON
00'.97088
7 o,• is
Armko Industries, Inc.
Texas Registered Engineering Firm
F-006498
2
N
W 7302 82ND Street, Suite 14
Lubbock,TX 794424
Tel 806.833.6953
� MRO Z Fax 806.833.8539
vg-
city of
city
TEXAS
February 11, 2015
Project Number 20150127-48
Set Number
r-
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
CITY OF LUBBOCK
LUBBOCK, TEXAS
ARMKO INDUSTRIES, INC.
LUBBOCK, TEXAS
February 11, 2015
TABLE OF CONTENTS
.
RONALD C. WHrmNGTON
... :...................
97088 t',i
Is 1w •IDS
Armko Industries, Inc.
Texas Registered Engineering Firm
F-006498
DIVISION 00
BID DOCUMENTS
NO. OF PAGES
432
Unit Prices
1 thru 1
DIVISION 01
GENERAL
100
General Requirements
1 thru 12
322
Photographic Documentation
1 thru 2
330
Submittals and Substitutions
1 thru 6
DIVISIONS 02 thru
05
Not Used
DIVISION 06
CARPENTRY
105
Miscellaneous Carpentry
1 thru 6
DIVISION 07
THERMAL AND MOISTURE PROTECTION
215
Roof and Deck Insulation
1 thru 5
575
Fully Adhered Multi -Ply Roof System
1 thru 19
591
Membrane Reroofing Preparation
1 thru 6
620
Sheet Metal and Miscellaneous Accessories
1 thru 8
720
Roof Accessories
1 thru 5
920
Joint Sealants
1 thru 6
DIVISIONS 08 thru
14 — NOT USED
DIVISION 15
MECHANICAL
150
Sanitary Waste and Vent Specialties
1 thru 3
DIVISIONS 16 thru
17 — NOT USED
CITY OF LUBBOCK
LUBBOCK, TEXAS
SECTION 00432
UNIT PRICES
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
PART I - GENERAL
1.01 UNIT PRICE PROPOSAL:
1. Additional cost over and above the contract amount for replacing wet insulation:
$ per square foot (nominal thickness of 1").
2. Remove and replace deteriorated nailers: $ per board foot.
END OF SECTION 00432
UNIT PRICES
1111119y4m
CITY OF LUBBOCK
LUBBOCK, TEXAS
SECTION 01100
GENERAL REQUIREMENTS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
1.01 QUALIFICATIONS FOR SUBMITTING COMPETITIVE SEALED PROPOSAL
A. To qualify for submitting a proposal, each contractor is required to obtain a copy of the
Proposal Documents. It is highly recommended that each contractor attend the
Pre -Proposal Conference.
1.02 BOND AND INSURANCE SUBMITTALS
A. The successful Contractor shall be required to furnish the appropriate certificates of
insurance, and the executed Payment and Performance Bonds, if required, prior to
starting the project.
B. Bonds: Prior to commencement of Work hereunder, Contractor will, if the Contract Price
exceeds $25,000.00, provide an Acceptable Surety Company Payment Bond, and if the
Contract Price exceeds $100,000.00, provide an Acceptable Surety Company
Performance Bond, each in principal amount equal to one hundred percent (100%) of the
Contract Price, conditioned that Contractor will faithfully perform all its undertakings in this
Contract and will fully pay all persons furnishing labor and material in the prosecution of
the Work provided for in this Contract. If any surety upon any bond becomes insolvent or
otherwise ceases to do business in this State, the Contractor shall promptly furnish
equivalent security to protect the interests of City of Lubbock and of persons furnishing
labor and materials in the prosecution of the Work.
1.03 INSURANCE
A. The Contractor shall maintain insurance of the kinds and in the amounts specified below
and furnish City of Lubbock with Certificates of Insurance as evidence thereof in the
prescribed form. If any work provided for or to be performed under any Specifications is FJ
sub -let (as otherwise permitted by the terms of such Specifications), the Contractor shall
require the Subcontractor to maintain and furnish him with satisfactory evidence of
Workmen's Compensation, Employer's Liability and such other forms and amounts of
insurance which the Contractor deems reasonably adequate.
B. The Contractor will provide and maintain standard fire, extended coverage perils,
vandalism and malicious mischief insurance to protect the interest of both the Contractor
and the Owner for materials brought into the job or stored on the premises. Such
insurance shall be for one hundred percent (100%) of the insurable value of the work to be
performed including all items of labor and materials incorporated therein, materials stored
at the job -site to be used in completing the work, and such other supplies and equipment
incidental to the work as are not owned or rented by the Contractor, the costs of which are
included in the direct cost of the work.
C. This insurance shall not cover any tools, derricks, machinery, tar buckets, ladders,
engines, workmen's quarters, boilers, pumps, wagons, scaffolds, forms, compressors,
shanties, or other items owned or rented by the Contractor, the cost of which is not
included in the direct cost of the work.
GENERAL REQUIREMENTS 01100 - 1
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
I "
D. In accordance with above items, the Contractor shall maintain the following insurance:
Contractor shall carry throughout the life of this Contract, at his expense, with insurers
satisfactory to City of Lubbock, insurance of not less than the following limits:
Coverage Minimum Limit
Workmen's Compensation Statutory
Employer's Liability $100,000
Comprehensive General Liability
Bodily Injury
Each Occurrence Each Person $500,000
Property Damage
Each Occurrence $100,000
Annual Aggregate $300,000
Comprehensive Automobile Liability
Bodily Injury
Each Person $300,000
Each Occurrence $500,000
Property Damage
Each Occurrence $100,000
Owner's Protective Liability
Bodily Injury
Each Occurrence $500,000
Property Damage
Each Occurrence $100,000
Annual Aggregate $300,000
Builder's Risk Fully Insurable
Value of the
Work
"Umbrella" Liability $1,000,000
Contract Value up to
$3,000,000
E. This Insurance shall:
.0 1. include coverage for the liability assumed by the Contractor;
2. include completed operation coverage which is to be kept in force by the Contractor
for a period of not less than one year after completion of the work provided for or
performed under these specifications;
3. not be subject to any of the special property damage liability exclusions commonly
referred to as the XCU exclusions pertaining to blasting or explosion, collapse or
structural damage and underground property;
4. not be subject to any exclusion of property used by the insured or property in the
case, custody or control of the insured or property as to which the insured for any
purpose is exercising physical control; and
GENERAL REQUIREMENTS 01100 - 2
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
5. the Certificates of Insurance furnished by the Contractor shall show by specific
reference that each of the foregoing items have been provided for.
F. The Certificates of Insurance furnished by the Contractor as evidence of the insurance
maintained by him shall include a clause obligating the Insurer to give City of Lubbock ten
(10) days prior written notice of cancellation or any material change in the insurance.
1.04 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.
1.05 CHANGES
A. Changes to specifications and drawings will not be acceptable unless approved in writing
by the manufacturer and the Owner.
1.06 TAXES
A. Except as otherwise provided in the Contract Documents the Contract Price includes all
applicable federal, state and local taxes. The purchase, lease, rental, storage, use or
other consumption of tangible personal property, for the performance of this Contract by
the Contractor, is exempted from state and local sales tax pursuant to the provisions of
Article 20.04 (Y) of the Texas Limited Sales Excise and Use Tax Act. To claim the benefit
of this exemption, the Contractor must comply with such procedures as may be prescribed
by the State Comptroller of Public Accounts.
1.07 WORKING TIME
A. A working day is defined as a calendar day, not including Saturdays, Sundays, or legal
holidays, in which weather or other conditions not under the control of the company will
permit the performance of the principal units of work underway for a continuous period of
not less than seven (7) hours between 7:00 A.M. and 6:00 P.M. For every Saturday on
which the company chooses to work, one day will be charged against the working time
when weather conditions will permit seven (7) hours of work as delineated above. A
principal unit of work shall be that unit which controls the completion time of the
agreement. Nothing in this item shall be construed as prohibiting the company from
working on Saturdays if it so desires. If Sunday work is permitted by the Owner, working
time will be charged on the same basis as weekdays.
1.08 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.
GENERAL REQUIREMENTS 01100 - 3
CITY OF LUBBOCK
LUBBOCK, TEXAS
1.09 LUMP SUM PROPOSAL
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. The Contractor will furnish all labor and materials, and all of the collective costs applicable
will be shown as a total Lump Sum Proposal cost.
1.10 QUALITY ASSURANCE
A. All work and materials hereinafter specified shall be best of kind described and, unless
specified otherwise, shall be new and of best quality. The specified roofing system shall
have been used successfully in the United States for a minimum of ten (10) years.
B. All materials will be securely fastened in place in a watertight, neat and workmanlike
manner. All workmen shall be thoroughly experienced in the particular class of work upon
which employed. All work shall be done in accordance with these specifications and shall
meet the approval in the field of the Owner's representative. Contractor's representative
and/or job supervisor shall have a complete copy of specifications and drawings on job
site at all times.
C. Contractor shall plan and conduct the operations of the work so that each section started
on one day is complete, details installed and thoroughly protected before the close of work
for that day.
D. Where any material is specified by proprietary name, trade name, name of manufacturer,
generic name, or catalog number with the addition of such expressions as "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.
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 "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.
1. A five (5) gallon sample of any adhesive, coating, mastic, or sealant and a three foot
by five foot (3' x 5') sample of any sheeting or rolled goods as may be specified.
2. A certificate from an accredited testing laboratory comparing the physical and
performance attributes of the proposed material with those of the specified materials.
3. A list of at least three (3) local jobs where the proposed alternate material was used
under similar conditions and written documentation showing successful installation in
the United States of similar size and scope for a minimum of ten (10) years. These
jobs must be available for inspection by the Owner's representative.
GENERAL REQUIREMENTS 01100 - 4
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
4. 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.
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 FM Global wind uplift requirements
and shall meet Underwriter's Laboratory fire rating.
Roof system shall be installed in accordance with FM Global requirements. l
1.11 EXAMINATION OF PREMISES
A. Before submitting proposals for his work, each contractor shall be held to have examined
the premises and satisfied himself as to the existing conditions under which he will be
obliged to work.
1.12 PROTECTION OF WORK AND PROPERTY
A. 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 bid.
B. 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:
1. Removal, protection, preservation, or replacement and replanting of plant materials.
2. Protection of plant materials in place, and replacement of any damage resulting from
the contractor's operations.
LJ
GENERAL REQUIREMENTS 01100 - 5
_. .
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
C. Twenty-four Hour Call: The contractor shall have personnel on call twenty-four (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 twenty-four (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
r to be both home and office numbers for:
1. Job Foreman
2. Job Superintendent
3. Owner or Company Officer
A. Safety Precautions and Programs: The contractor shall be responsible for initiating,
maintaining and supervising all safety precautions and programs in connection with the
performance of the Contract.
B. Safety of Persons and Property: The contractor shall take reasonable precautions for
safety of, and shall provide reasonable protection to prevent damage, injury or loss to:
1. Employees on the work and other persons who may be affected thereby.
2. The work, materials and equipment to be incorporated therein, whether in storage on
or off the site, under care, custody or control of the contractor or the contractor's
Subcontractors or Sub -subcontractors.
3. Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities not designated for removal, relocation
or replacement in the course of construction.
C. The contractor shall give notices and comply with applicable laws, ordinances, rules,
regulations and lawful orders of public authorities bearing on safety of persons or property
or their protection from damage, injury or loss.
D. The contractor shall erect and maintain, as required by existing conditions and
performance of the contract, reasonable safeguards for safety and protection, including
posting danger signs and other warnings against hazards, promulgating safety regulations
and notifying owners and users of adjacent sites and utilities.
E. The contractor shall comply to all OSHA requirements and any other local, state or federal
regulations pertaining to protection and safety of persons or property.
F. 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, sparks or explosion hazard producing
devices anywhere on or about the premises without the written approval of the Owner's
representative.
G. The contractor shall designate a responsible member of the contractor's organization at
the site whose duty shall be the prevention of accidents. This person shall be the
contractor's superintendent unless otherwise designated by the contractor in writing to the
Owner's representative.
H. The contractor shall not load or permit any part of the construction or site to be loaded so
as to endanger its safety.
GENERAL REQUIREMENTS 01100 - 6
._:
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
1.14 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.
1.15 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.
Contractor's executed payment and performance bonds as required.
Nil3.
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. 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.
7. 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.
Ul
8. Submit product data, including detailed test results of material applied to surfaces
similar to requirements of this Section. Submit manufacturer's instructions for
_T
methods and application procedures.
1.16 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.
I
GENERAL REQUIREMENTS 01100 - 7
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
CITY OF LUBBOCK
LUBBOCK, TEXAS
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.
1.17 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.
1.18 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 pr Jodic 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.
1.19 FIELD INSPECTION AND CONTRACTOR RESPONSIBILITY
A T6... ll...... ,..�., ..,a,.a:. .,, ..4...11 ..i ..�� L:........ L.... ... .. ,. i.. a6.., :.. L. ..:1.. .....J .—A,
..
I he w1vi e s representative shall al all Dimes. have access lV Ut6 wV SitVe aIIU YVI r% a1 GQj.
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 - 8
_.,
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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 j
to be performed by the material manufacturer will be performed by the material �1
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.
1.20 ON -SITE SUPERVISION
A. The Contractor is responsible for the management and control of the work. He shall give i
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.
1.21 CHANGES OR EXTRA WORK
A. No change or addition shall be made except upon receipt by the Contractor of a signed
order from the Owner authorizing such a change. No claims for an extra to the contract
price shall be valid unless so authorized.
1.22 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 j
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.,
GENERAL REQUIREMENTS
01100 - 9
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
B. Contractor shall follow refrigerant recycling requirements as outlined in section 608 of the
Clean Air Act, 1990, as amended (CAA), including final regulations published on May 14,
1993 (58 FIR 28660), and the prohibition on venting that became effective on July 1, 1992.
C. Where mechanical items, conduits, cables, raceways, piping or any other roof -top
mounted item must be moved in any manner, or disconnected and reconnected as made
necessary by the reroofing of the specified areas at the facility, all roof -top equipment,
piping, insulation, wires, fiber optic cable, any information systems components, conduits,
panels, motor starters, raceways, switches, antennas, satellite components, etc. shall be
replaced or renewed to match existing if damaged by Contractor. NOTE: It is the
responsibility of the Contractor to review the condition of any and all of the above noted, or
similar, items with authorized Owner personnel to determine condition of said items
PRIOR TO START OF WORK. If this review is not completed as prescribed, any and all
damage found at the end of the work will be repaired solely at the contractor's expense.
D. Any action by roofing contractor personnel which causes interruption of the ongoing works
of the Owner's facility will be repaired at the sole expense of the roofing contractor. Upon
interruption of the Owner's ability to meet required tasks, Owner may immediately, and
without the contractor's permission, take such action as necessary to repair said damage
so that the Owner's work may be resumed. The Owner has the obligation to notify the
contractor of such action as soon as possible, but in all cases must notify the contractor in
writing within 48 hours of the occurrence of the incident.
1.23 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.
1.24 PERMITS
A. The Contractor shall obtain and pay for all permits required, give all legal notices and pay
all fees required for the work. Contractor shall comply with all ordinances and laws. Any
and all work done which does not meet requirements of any local authorities must be
properly redone, and incidental work replaced by the Contractor, without cost to the
Owner.
1.25 SUBCONTRACTING OF WORK
A. The Owner shall have the right to accept or reject the use of any subcontractor. The
y
Contractor shall submit a list of proposed Subcontractors with his proposal.
__
I" GENERAL REQUIREMENTS 01100 - 10
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
l
1.26 REJECTION OF PROPOSALS
A. The Owner reserves the right to reject any one or all proposals, to waive any formalities or
irregularities, and to award the contract in the best interest of the University.
1.27 ADDENDA
A. Any verbal statement or inference prior to the proposal opening regarding modification of
specifications is invalid unless so stated on an officially issued addendum.
1.28 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.
1.29 CREWS AND EQUIPMENT
A. Contractor shall provide sufficient crews and equipment so that the project may progress
without interruption or unnecessary delay.
1.30 FUTURE REPAIRS _
A. Contractor certifies by acceptance of this project that any future repairs or alterations he
might be called upon to execute after the project is complete, will be performed in
accordance with the manufacturer's recommended procedures so as to not void the
warranty.
1.31 NAILERS AND ROOF DECK H
A. Contractor shall notify the Owner's representative of unforeseen areas of damaged
decking, 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 1
Owner's representative by the Contractor. 1
C. The Contractor shall furnish the Owner with a unit price for removal and replacement of
the damaged decking, 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.
GENERAL REQUIREMENTS
01100 - 11
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
C. "Or equal"
1. Where the phrase "or equal", or "or equal as approved by the Architect/Project
Manager", 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
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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 waterproofing product data, including detailed test results of material applied
to surfaces similar to requirements of this Section. Submit manufacturer's
instructions for methods and application procedures.
LJ
C. Samples and Manufacturer's Submittals: Submit prior to delivery or installation.
1. Samples of all roofing system components including all specified accessories.
2. Submit samples of proposed warranty complete with any addenda necessary to
meet the warranty requirements as specified.
SUBMITTALS AND SUBSTITUTIONS 01330 - 3
jf.
Y
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
I
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. Date and mark shop drawings to show name of project, Owner, Contractor,
origination Subcontractor, manufacturer or supplier, and separate details as
pertinent.
3. Shop drawings shall completely identify specification sections and locations at which
materials or equipment are to be installed.
4. Minimum drawing size shall be eight and one-half inches by eleven inches
(8-1 /2" x 11 ").
5. Submit sufficient copies of manufacturer's descriptive data including catalog sheets
for materials, equipment and fixtures, showing dimensions, performance
characteristics and capacities, diagrams and controls, schedules, and other pertinent
information required.
6. Submit brochures and other submittal data that cannot be reproduced economically,
in such quantities to allow the Owner to retain four copies of each after review. Mark
product data to show the name of project, Owner, Contractor, originating
Subcontractor, manufacturer or supplier, and separate details if pertinent.
7. Product data shall completely identify specification sections and locations at which
materials or equipment are to be installed.
[ - SUBMITTALS AND SUBSTITUTIONS 01330 - 4
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
i --
10. Accompany each submittal with a separate transmittal letter in duplicate, containing
date, project title and number, Contractor's name and address, number of each shop
drawing, product data and samples submitted, and notification of deviations from
Contract Documents.
D. Provide manufacturer's approved details, or all perimeter conditions, project conditions,
and any additional special job conditions which require details other than indicated in the
drawings.
E. Review comments of the Architect/Project Manager will be shown on the copies when it is �}
returned to the Contractor. The Contractor may make and distribute marked copies as are
required for his purposes.
F. Fax submittals are not acceptable.
2.02 MANUFACTURER'S LITERATURE
A. Where contents of submitted literature from manufacturers includes data not pertinent to
the submittal, clearly show which portions of the contents is being submitted for review.
B. Submit the number of copies which are required to be returned, plus one copy which will
be retained by the Architect/Project Manager.
2.03 MAINTENANCE PROCEDURES
A. Maintenance Procedures: Within ten days of the date of Substantial Completion of the
project, deliver to the Owner three copies of the manufacturer's printed instructions
regarding care and maintenance of the roof.
Li
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 L
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
is
7 i
[ i
SUBMITTALS AND SUBSTITUTIONS 01330 - 5 }
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
i
sample shall be properly labeled with the name of the project, contractor, manufacturer,
and date of submission. Incomplete color submittal will be returned to the Contractor.
C. The Contractor shall allow four weeks after all colors are submitted for final Owner
approval.
PART 3 — EXECUTION
3.01 IDENTIFICATION OF SUBMITTALS
A. Consecutively number all submittals.
B. Accompany each submittal with a letter of transmittal showing all information required for
identification and checking.
1. When material is re -submitted for any reason, transmit under a new letter of
transmittal and with a new transmittal number.
2. On re -submittals, cite the original submittal number for reference.
C. On at least the first page of each submittal, and elsewhere as required for positive
identification, show the submittal number in which the item was included.
D. Maintain an accurate submittal log for the duration of the work, showing current status of
all submittals at all times. Make the submittal log available to the Architect/Project
Manager for his review upon request.
3.02 TIMING OF SUBMITTALS
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
I
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
SECTION 06105
MISCELLANEOUS CARPENTRY
PART 1 - GENERAL
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. Framing with dimension lumber.
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
I
1 CITY OF LUBBOCK
LUBBOCK, TEXAS
s
4. Powder -actuated fasteners.
5. Expansion anchors.
6. Metal framing anchors.
1.05 QUALITY ASSURANCE
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. Forest Certification: For the following wood products, provide materials produced from wood
obtained from forests certified by an FSC-accredited certification body to comply with
FSC 1.2, "Principles and Criteria":
1. Dimension lumber.
2. Miscellaneous lumber.
3. Interior wood trim.
4. Shelving and clothes rods.
5. Plywood.
6. Oriented strand board.
7. Particleboard underlayment.
8. Hardboard underlayment.
A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air
circulation. Provide for air circulation around stacks and under coverings.
PART 2 - PRODUCTS
2.01 WOOD PRODUCTS, GENERAL
A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the
American Lumber Standards Committee Board of Review.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp
on end or back of each piece.
3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for
moisture content specified. Where actual sizes are indicated, they are minimum
dressed sizes for dry lumber.
4. Provide dressed lumber, S4S, unless otherwise indicated.
5. Provide dry lumber with nineteen percent (19%) maximum moisture content at time of
dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise
indicated.
6. Provide dry lumber with fifteen percent (15%) maximum moisture content at time of
dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise
indicated.
B. Wood Structural Panels:
1. Plywood
2. Oriented Strand Board
3. Thickness: As needed to comply with requirements specified but not less than
thickness indicated.
MISCELLANEOUS CARPENTRY 06105 - 2
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
4. Comply with "Code Plus" provisions in APA Form No. E30K, "APA
Design/Construction Guide: Residential & Commercial."
5. Factory mark panels according to indicated standard.
2.02 WOOD -PRESERVATIVE -TREATED MATERIALS
A. Preservative Treatment by Pressure Process: AWPA C2 (lumber) and AWPA C9 (plywood),
except that lumber that is not in contact with the ground and is continuously protected from
liquid water may be treated according to AWPA C31 with inorganic boron (SBX).
1. Preservative Chemicals: Acceptable to authorities having jurisdiction and [one of] the
following:
a) Chromated copper arsenate (CCA).
b) Ammoniacal copper zinc arsenate (ACZA).
c) Ammoniacal, or amine, copper quat (ACQ).
d) Copper bis (dimethyldithiocarbamate) (CDDC).
e) Ammoniacal copper citrate (CC).
f) Copper azole, Type A (CBA-A).
g) Oxine copper (copper-8-quinolinolate) in a light petroleum solvent.
2. For exposed items indicated to receive a stained or natural finish, use chemical
formulations that do not require incising, contain colorants, bleed through, or otherwise
adversely affect finishes.
B. Kiln -dry material after treatment to a maximum moisture content of nineteen percent (19%)
for lumber and fifteen percent (15%) for plywood. Do not use material that is warped or
does not comply with requirements for untreated material.
9
C. Mark each treated item with the treatment quality mark of an inspection agency approved by
the American Lumber Standards Committee Board of Review.
1. For exposed lumber indicated to receive a stained or natural finish, mark end or back
of each piece.
D. Application: Treat items indicated on Drawings, and the following:
1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar
members in connection with roofing, flashing, vapor barriers, and waterproofing.
2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in
contact with masonry o4 concrete.
3. Wood framing members less than eighteen inches (18") above grade.
4. Wood floor plates that are installed over concrete slabs directly in contact with earth.
2.03 DIMENSION LUMBER
A. General: Provide dimension lumber of grades indicated according to the American Lumber
Standards Committee National Grading Rule provisions of the grading agency indicated.
B. Non -Load -Bearing Interior Partitions: Construction, Stud, or No. 2 Standard, Stud, or No. 3 LJ
grade and any of the following species:
1. Mixed southern pine; SPIB.
[3
2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA.
3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA.
4. Eastern softwoods; NELMA. f
MISCELLANEOUS CARPENTRY 06105 - 3
CITY OF LUBBOCK
LUBBOCK, TEXAS
r
5. Northern species; NLGA.
6. Western woods; WCLIB or WWPA.
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
C. Other Framing: Construction, Stud, or No. 2 grade and any of the following species:
1. Douglas fir -larch; WCLIB or WWPA.
2. Douglas fir -south; WWPA.
3. Douglas fir -larch (north); NLGA.
4. Hem -fir; WCLIB or WWPA.
5. Hem -fir (north); NLGA.
6. Southern pine; SPIB.
7. Mixed southern pine; SPIB.
8. Spruce -pine -fir (south); NELMA, WCLIB, or WWPA.
9. Spruce -pine -fir; NLGA.
A. General: Provide lumber for support or attachment of other construction, including the
following:
1. Rooftop equipment bases and support curbs.
2. Blocking.
3. Cants.
4. Nailers.
5. Furring.
6. Grounds.
B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with
fifteen percent (15%) maximum moisture content and any of the following species:
1. Mixed southern pine; SPIB.
2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA.
3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA.
4. Eastern softwoods; NELMA.
5. Northern species; NLGA.
6. Western woods; WCLIB or WWPA.
C. For exposed boards, provide lumber with fifteen percent (15%) maximum moisture content
and any of the following species and grades:
1. Eastern white pine, Idaho white, lodgepole, ponderosa, or sugar pine Premium or 2
Common (Sterling) grade; NELMA, NLGA, WCLIB, or WWPA.
2. Mixed southern pine, B & B Finish No. 1 grade; SPIB.
3. Hem -fir or Hem -fir (north), Superior or C & Btr Finish grade; NLGA, WCLIB, or WWPA.
4. Spruce -pine -fir (south) or Spruce -pine -fir, grade; NELMA, NLGA, WCLIB, or WWPA.
5. Western red cedar, A grade; NLGA or WWPA.
D. For concealed boards, provide lumber with fifteen percent (15%) maximum moisture content
and any of the following species and grades:
1. Mixed southern pine, No. 2 grade; SPIB.
2. Hem -fir or Hem -fir (north), Construction or 2 Common grade; NLGA, WCLIB, or
WWPA.
3. Spruce -pine -fir (south) or Spruce -pine -fir, Construction or 2 Common grade; NELMA,
NLGA, WCLIB, or WWPA.
MISCELLANEOUS CARPENTRY 06105 - 4
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
4. Eastern softwoods, No. 2 Common grade; NELMA.
5. Northern species, No. 2 Common grade; NLGA.
6. Western woods, Construction or No. 2 Common grade; WCLIB or WWPA.
2.05 FASTENERS
A. General: Provide fasteners of size and type indicated that comply with requirements
specified in this Article for material and manufacture.
1. Where carpentry is exposed to weather, in ground contact, or in area of high relative
humidity, provide fasteners with hot -dip zinc coating complying with
ASTM A 153/A 153M.
B. Nails, Wire, Brads, and Staples: FS FF-N-105.
C. Power -Driven Fasteners: CABO NER-272.
D. Wood Screws: ASME B18.6.1.
E. Screws for Fastening to Cold -Formed Metal Framing: ASTM C 954, except with wafer
heads and reamer wings, length as recommended by screw manufacturer for material being
fastened.
F. Lag Bolts: ASME B18.2.1. (ASME B18.2.3.8M).
G. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property
Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers
H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with
capability to sustain, without failure, a load equal to 6 times the load imposed when installed
in unit masonry assemblies and equal to 4 times the load imposed when installed in
concrete as determined by testing per ASTM E 488 conducted by a qualified independent
testing and inspecting agency.
1. Material: Carbon -steel components, zinc plated to comply with ASTM B 633,
Class Fe/Zn 5.
2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and
ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4).
A. General: Provide galvanized steel framing anchors of structural capacity, type, and size
indicated and acceptable to authorities having jurisdiction.
B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with
ASTM A 653/A 653M, G60 (Z180) coating designation.
PART 3 - EXECUTION
3.01 INSTALLATION, GENERAL
MISCELLANEOUS CARPENTRY 06105 - 5
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
A. Discard units of material with defects that impair quality of carpentry and that are too small to
use with minimum number of joints or optimum joint arrangement.
B. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted.
Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate
furring, nailers, blocking, grounds, and similar supports to comply with requirements for
attaching other construction.
C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated
lumber and plywood.
D. Securely attach carpentry work as indicated and according to applicable codes and
recognized standards.
E. Countersink fastener heads on exposed carpentry work and fill holes with wood filler.
F. Use fasteners of appropriate type and length. Predrill members when necessary to avoid
splitting wood.
3.02 WOOD BLOCKING, AND NAILER INSTALLATION
A. Install where indicated and where required for attaching other work. Form to shapes
indicated and cut as required for true line and level of attached work. Coordinate locations
with other work involved.
B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with
surfaces, unless otherwise indicated.
END OF SECTION 06105
MISCELLANEOUS CARPENTRY 06105 - 6
CITY OF LUBBOCK
LUBBOCK, TEXAS
SECTION 07215
ROOF AND DECK INSULATION
PART 1 — GENERAL
1.01 DESCRIPTION
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. Related Work
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Requirements / Conditions, Supplementary General
Conditions, and Sections in Division 01 of these Specifications.
1.02 REFERENCES
A. American Society of Testing Materials (ASTM)
1. C 177-85 Test Method for Steady -State Heat Flux Measurements and
Thermal Transmission Properties by Means of the Guarded -Hot -Plate
Apparatus.
2. C 209-84 Methods of Testing Insulating Board (Cellulosic Fiber), Structural
and Decorative.
3. C 728-89a Perlite Thermal Insulation Board
4. D 41-85 Asphalt Primer Used in Roofing and Waterproofing.
5. D 312-89 Asphalt Used in Roofing.
6. D 1621-73 (1979) Test Method for Compressive Properties of Rigid Cellular
Plastics.
7. D 4601-86 Asphalt Coated Glass Fiber Base Sheet Used in Roofing.
B. National Roofing Contractors Association (NRCA)
C. (ANSI/SPRI)
D. ASCE 7 wind uplift criteria
1.03 QUALITY ASSURANCE
A. Regulatory Requirements
Classified by Underwriter's Laboratories (UL) as Class A roof covering. Follow local,
state, and federal regulations, safety standards, and codes.
B. Installation
1. Installation shall be in accordance with manufacturer's current published
application procedures, NRCA general recommendations, and ASCE 7 wind
uplift criteria.
2. Roof system manufacturer's technical specifications shall be considered part of
this specification and shall be used as reference for specific application
procedures.
ROOF AND DECK INSULATION 07215 -1
t__�
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
1.04 SUBMITTALS
A. Product Data: Submit Manufacturer's product data sheets for each product.
B. Shop Drawings: Layout of roof plan showing tapered design, tapered insulation
pattern, direction of slope, amount of slope, spot elevations indicating thicknesses
at high and low points.
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 rooftop.
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.
ROOF AND DECK INSULATION 07215 - 2
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY �}
ROOF REPLACEMENT PROJECT
t_t
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
2.01 INSULATION
A. All insulation shall be approved in writing by the membrane manufacturer as to
thickness, type, and manufacturer. All insulation must be approved for the specific
application, Underwriters Laboratory approved, and be listed in the FM Global
Approval Guide.
B. Cover Board: Non-structural glass mat faced, non-combustible, moisture resistant,
silicone treated gypsum core panel, manufactured to conform to ASTM C-1177.
Thickness shall be 1/2" = R of .56 with a nominal board size of 4' x 8', Dens -Deck
as manufactured by Georgia Pacific, or approved equal.
2.02 INSULATION ADHESIVE
A. Shall be a dual component, reaction cure polyurethane adhesive, meeting the
following physical properties:
Density
ASTM D-1622
Free Rise 3.2 Ib/cf
Compressive Strength
ASTM D-1621
Parallel 38 psi @ 6% deflection
Tensile Strength
ASTM D 1623
35 psi
Water Absorption
ASTM D 2843
5.1 %
Closed Cell Content
ASTM D 2856
90% min.; R-value= 3.8 new
Weight/Gallon (Liquid Components)
"Part 1" Component = 10.32 lbs.
"Part 2" Component = 8.54 lbs.
"Part 1" Component = 225 cps
"Part 2" Component = 275 cps
2.03 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. Standard Fastener for Steel Applications for 18-24 oauae Steel Substrates: Shall
be a #14 fastener with a minimum .220 thread diameter and .12.5 buttress threads
and a 30 degree spade point. Fasteners shall be fluorocarbon coated with CR-10
corrosion resistant coating when subjected to 30 Kesternich cycles (DIN 50018)
shows less than 15% red rust which surpasses FM Global Approval Standard
4470, as manufactured by OMG Roofing Products, Agawam, MA or approved
equal. All fasteners shall be used in conjunction with the manufacturers approved
round pressure plate. Fasteners, plates, and/or bars shall be FM approved and
listed in the FM Global Approval Guide.
ROOF AND DECK INSULATION 07215 - 3
L_
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
i
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 when water or moisture is present on substrate.
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).
E. No more insulation shall be installed than can be covered by the completed roof
system by the end of the day or the onset of inclement weather.
F. Tapered insulation and crickets, when specified, shall be placed in accordance with
the drawings and/or as required to minimum of NRCA standards.
ROOF AND DECK INSULATION 07215 - 4
r-
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
3.04 APPLICATION OF NEW INSULATION OVER EXISTING ROOFING MEMBRANE
A. Insulation shall be laid with edges parallel to flutes and bearing on deck
surface/flats. The long dimension of base insulation layer must be fully supported
by the top flange of the metal deck. The edges of insulation boards must not
cantilever over the flutes of the metal deck.
B. Specified insulation shall be bonded to the existing roofing membrane with an
application of polyurethane adhesive and immediately walked in place. Application
shall be per manufacturer's published guidelines.
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
t.
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
SECTION 07535
FULLY ADHERED MULTI -PLY ROOF SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Work:
1. Documents affecting work of this Section include, but are not necessarily limited to,
General Requirements / Conditions, Supplementary General Conditions, and Sections
in Division 01 of these Specifications.
1.02 INSTALLER QUALIFICATIONS
A. Roofing Installer must be:
1. Currently prequalified with the Owner in accordance with Owner's prequalification
requirements.
2. Currently in good standing with the manufacturer.
B. It shall remain each Contractor's responsibility to determine his current status with the
manufacturer's certification plan.
O1I1_1IIi'/_V&IsIZT-AlZ M
A. Manufacturer Qualifications:
1. Provide Thermoplastic Fleece -Backed Elvaloy Roofing Membrane with a minimum
Elvaloy Polymer Content of 30% with the following approvals:
a.Underwriters Laboratories Class A Rating
b.Factory Mutual 1-90
c. Miami/Dade County Florida NOA
d.ICC-ES
e. Energy Star Partner
f. TDI — Texas Department of Insurance Product Evaluation
B. Applicator/Installer:
1. Acceptable to roof material manufacturer for the manufacturer's warranty
requirements.
2. Five (5) years successful experience on projects similar in size and scope.
3. Experienced in the type of roofing work required.
4. Successfully completed previous projects warranted by the manufacturer.
C. Testing Laboratory Services: Test results shall meet or exceed established standards.
D. Comply with governing local, state, and federal regulations, safety standards, and codes.
1.04 REFERENCES (INCLUDING LATEST REVISIONS)
A. American Society for Testing and Materials:
1. ASTM B 209 - 90, Specification for Aluminum and Aluminum Alloy Sheet and Plate
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 1
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
r�
2.
ASTM C 719 - 86, Test Method for Adhesion and Cohesion of Elastomeric Joint
Sealants Under Cycle Movement (Hockman Cycle)
3.
ASTM C 794 - 80 (1986), Test Method for Adhesion -in -Peel of Elastomeric Joint
Sealants
4.
5.
ASTM C 920 - 87, Specification for Elastomeric Joint Sealants
ASTM D 312 - 89, Specification for Asphalt Used in Roofing
6.
ASTM D 1863 - 86, Specification for Mineral Aggregate Used on Built-up Roofs
7.
ASTM D 2178 - 89, Specification for Asphalt Glass Felt Used in Roofing and
Waterproofing
8.
ASTM D 2824 - 85, Specification for Aluminum - Pigmented Asphalt Roof Coatings
9.
ASTM D 4586 - 86, Specification for Asphalt Roof Cement, Asbestos Free
10.
ASTM A 361 - 90, Sheet Steel, Zinc -Coated (Galv.) by the Hot -Dip Process for Roofing
and Siding
11.
ASTM C 177, Test for Thermal Laboratory Services
12.
ASTM C 728, Perlite Thermal Insulation Board
B. Federal Specifications:
1.
LLL-1-535B
2.
SS-A-701 B
3.
SS-C-153
4.
SS-C-153C
5.
SS-R-620B
6.
TT-C-498C
7.
TT-P-320D
8.
TT-S-00227E
9.
TT-S-00230C
10.
SS-S-001534 (GSA-FSS)
11.
L-P-375
C. Industry Standards:
1. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing
Manual
2. Single -ply Roofing Institute (SPRI) - A Professional Guide to Specifications Manual
3. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) -
Architectural Sheet Metal Manual
4. American Society of Civil Engineers - ASCE 7
1.05 SUBMITTALS
A. Samples and Manufacturer's Submittals: Submit prior to delivery or installation.
1. Samples of all roofing system components including all specified accessories.
2. Submit samples of proposed warranty complete with any addenda necessary to meet
the warranty requirements as specified.
3. Submit latest edition of manufacturer's specifications and installation procedures.
Submit only those items applicable to this project.
4. A written statement from the roofing materials manufacturer approving the installer,
specifications and drawings as described and/or shown for this project and stating the
intent to guarantee the completed project.
5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 2
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions,
-- projection conditions, and any additional special job conditions which require details other
than indicated in the drawings.
C. Maintenance Procedures: Within ten days of the date of Substantial Completion of the
project, deliver to the Owner three copies of the manufacturer's printed instructions regarding
care and maintenance of the roof.
191:4 1/:01 WARIVi7 7_Te7MAZfBlom T_1kf9-11 ik
A. Deliver materials in manufacturer's original, unopened containers and rolls with all labels
intact and legible including labels indicating appropriate warnings, storage conditions, lot
numbers, and usage instructions. Materials damaged in shipping or storage shall not be
used.
B. Deliver materials requiring fire resistance classification to the job with labels attached and
packaged as required by labeling service.
C. Deliver materials in sufficient quantity to allow continuity of work.
D. Handle and store material and equipment in such a manner as to avoid damage. Liquid
products shall be delivered sealed, in original containers.
E. Handle rolled goods so as to prevent damage to edge or ends.
F. Select and operate material handling equipment so as not to damage existing construction
or applied roofing.
G. Moisture -sensitive products shall be maintained in dry storage areas and properly covered.
Provide continuous protection of materials against wetting and moisture absorption. Store
roofing and flashing materials on clean raised platforms with weather protective covering
when stored outdoors.
H. Store rolled goods on end.
I. Protect materials against damage by construction traffic.
J. The proper storage of materials is the sole responsibility of the contractor and any wet or
damaged roofing materials shall be discarded, removed from the project site, and replaced
prior to application.
K. Comply with fire and safety regulations, especially with materials which are extremely
flammable and/or toxic. Use safety precautions indicated on labels.
L. Products liable, such as emulsions, to degrade as a result of being frozen shall be
maintained above 400 F in heated storage.
M. No storage of materials shall be permitted on roof areas other than those materials that are
to be installed the same day.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 3
CITY OF LUBBOCK
LUBBOCK, TEXAS
1.07 SITE CONDITIONS
-f
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. Job Condition Requirements:
1. Apply roofing in dry weather.
2. Do not apply roofing when ambient temperature is below 40' F (4° C).
3. Coordinate the work of the contractor with the work to be performed by the Owner's
personnel, to ensure proper sequencing of the entire work. The Owner's personnel will
be erecting interior protection for equipment, if required. The contractor is to schedule
his work so that adequate time is allowed for the Owner's personnel to perform the
work. No roof work shall be performed until the Owner's personnel have completed
erection of the interior protection in that area.
4. Proceed with roofing work only when weather conditions are in compliance with
manufacturer's recommended limitations, and when conditions will permit the work to
proceed in accordance with specifications.
5. Schedule the work so the building will be left watertight at the end of each day. Do not
remove more roofing material than can be reinstalled in any working day.
6. All surfaces to receive new roofing shall be smooth, dry, and free from dirt, debris, and
foreign material before any of this work is installed. Competent operators shall be in
attendance at all times equipment is in use. Materials shall be stored neatly in areas
designated by the Owner. Load placed on the roof at any point shall not exceed the
safe load for which the roof is designed.
7. The contractor shall take all necessary precautions to protect the roof mat and deck
from damage. The contractor shall be responsible for repairing all new areas of
damage caused by the negligence of the contractor, at the contractor's expense. The
Owner's on -site representative shall determine damage caused by contractor
negligence.
8. The contractor shall follow local, state, and federal regulations, safety standards, and
codes for the removal, handling, and disposal of asbestos containing materials, if
present. When a conflict exists, use the stricter document.
9. Follow insurance underwriter's requirements acceptable for use with specified products
or systems.
10. Due caution should be exercised so as not to alter the structural integrity of the deck.
When cutting through any deck, care should be taken so as not to damage the deck or
any part of the deck, such as post tension cables, etc.
11. All kettles shall have an automatic thermostat control, and temperature gauge, all in
working order.
12. The contractor is to verify the location of all interior ducts, electrical lines, piping,
conduit, and/or similar obstructions. The contractor is to perform all work in such a
manner as to avoid contact with the above mentioned items.
13. Surface and air temperatures should be a minimum 45' F during applications of
cleaner and waterproof coating and remain above 450 F for a minimum of four (4)
hours following applications. Verify compatibility of cleaner with coatings, paints,
primers and joint sealers specified. Advise Owner's representative of any problems in
this regard prior to commencing cleaning operations.
14. Temporary Sanitary Facilities: The contractor shall furnish and maintain temporary
sanitary facilities for employees use during this project. These will be removed after
the completion of the project. All portable facilities shall comply with local laws, codes,
and regulations.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 4
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
B. Protection of Work and Property:
1. Work: The contractor shall maintain adequate protection of all his work from damage
and shall protect the Owner's and adjacent property from injury or loss arising from this
contract. He shall provide and maintain at all times any OSHA required danger signs,
guards, and/or obstructions necessary to protect the public and his workmen from any
dangers inherent with or created by the work in progress. All federal, state, and city
rules and requirements pertaining to safety and all EPA standards, OSHA standards,
NESHAP regulations pertaining to asbestos as required shall be fulfilled by the
contractor as part of his proposal.
2. Property: Protect existing planting and landscaping as necessary or required to
provide and maintain clearance and access to the work of this contract. Examples of
two categories or degrees of protection are generally as follows: a) removal, protection,
preservation, or replacement and replanting of plant materials; b) protection of plant
materials in place, and replacement of any damage resulting from the contractor's
operations.
3. Twenty-four Hour Call: The contractor shall have personnel on call 24 hours per day,
seven (7) days per week for emergencies during the course of a job. The Owner's
Project Manager is to have the 24 hour numbers for the contact. Contractor must be
able to respond to any emergency call and have personnel on -site within two (2) hours
after contact. Numbers available to the Owner's Project Manager are to be both home
and office numbers for:
a) Job Foreman
b) Job Superintendent
c) Owner or Company Officer
C. Damage to Work of Others: The contractor shall repair, refinish, and make good any
damage to the building or landscaping resulting from any of his operation. This shall include,
but is not limited to, any damage to plaster, tile work, wall covering, paint, ceilings, floors, or
any other finished work. Damage done to the building, equipment, or grounds must be
repaired at the successful contractor's expense holding the Owner harmless from any other
claims for property damage and/or personal injury.
D. Measurements: It will be the contractor's responsibility to obtain and/or verify any necessary
dimensions by visiting the job site, and the contractor shall be responsible for the
correctness of same. Any drawings supplied are for reference only.
E. Use of Premises:
1. The contractor is advised that the Owner will occupy the building at all times, and the
contractor must provide all safeguards required to protect personnel and to keep noise
levels as low as reasonably possible for each operation.
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.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 5
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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.
A. Twenty (20) Year NDL with no exclusion for 2" hail occurrence and wind speeds up to 72
mph Warranty: The complete roofing system shall be guaranteed for a minimum of twenty
(20) years from the date of Substantial Completion for this project. Guarantee
responsibilities shall be as follows:
1. The manufacturer's warranty shall will include a 72 mph Wind Rider for the field of the
roof and the perimeter.
2. Roofing contractor shall guarantee the entire roofing system for a period of two (2)
years from the date of Substantial Completion.
3. The materials manufacturer shall guarantee the entire roofing system for a total period
of twenty (20) years from the date of substantial completion.
4. Membrane manufacturer shall provide the written warranty as specified.
5. The entire roofing system shall be guaranteed to be watertight and against any failures
of workmanship and materials. Repair of the system, including materials and labor,
shall be done at no cost to the Owner.
6. Warranty repairs shall be performed by a certified installer. The repairs shall be
performed in accordance with the manufacturer's written instructions and
recommended procedures so as to not void the warranty.
B. During the proposal period each Contractor shall make arrangements with the materials
manufacturer to provide the required warranty. Refer to paragraph 1.05 SUBMITTALS for
requirements concerning submittals of warranty.
PART 2 - PRODUCTS
2.01 GENERAL
A. Compatibility: Provide materials that are recommended by manufacturers to be fully
compatible with indicated substrates, or provide separation materials as required to eliminate
contact between incompatible materials.
B. Materials herein specified shall be supplied or approved in writing by the manufacturer
issuing the warranty.
C. The white polyester reinforced fleece backed adhered Elvaloy® roofing system shall only be ;
applied by manufacturer approved and trained roofing contractors. j
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 6
_s
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
D. The manufacturer shall have 15 years UL listing for the membrane to be used on the project.
F Membrane manufacturer shall have a minimum of 15 years FM approval, and 15 years
_ manufacturing experience with the roofing membrane specified for this project.
z E. All roofing and roof accessories shall be installed in compliance with manufacturer's current
specifications and details.
F. All materials used on the project shall be asbestos free.
2.02 ROOFING MEMBRANE
A. The white 87 mil polyester reinforced fleece backed Elvaloy membrane shall have the
following minimum physical properties.
Property
Color
Thickness
Minimum Roll Width
Breaking Strength
Tearing Strength
Elongation
Heat Aging
Low Temperature Bend
Water Vapor Permeability
Wt. Change After Immersion
Seam Strength
Puncture Resistance
Static Puncture Resistance
Dynamic Puncture Resistance
Dimensional Stability
Accel. Weathering (Xenon Arc)
Fungi Resistance
Underwriters Laboratories
Factory Mutual
Solar Reflectivity
Solar Emissivity
Solar Reflectance Index (SRI)
Test Procedure
Physical Properties
White
ASTM D 751
80 mil Nominal Membrane (Excluding
Fleece Backing)
10' Minimum
ASTM D 751
632 x 511 lbf
ASTM D 751
85 x 83 Ibf
ASTM D 751
45% x 42%
ASTM D 3045
>_90% of Original
ASTM D 2136
400 C
ASTM E 96
3.5g/m2/day
ASTM D 570
0.41 % max.
ASTM D 751
>_ 90 % of sheet
FTMS 101 C
448 lbs
ASTM D 5602
Pass @ 33 Ibs
ASTM D 5635
Pass @ 20 J
ASTM D 1204
0.2%
ASTM D 2565
10M hrs. (No Change)
ASTM G 21
pass no growth
Class A
Class 1-90
ASTM E 903
0.811
ASTM E 903
0.919
ASTM E 1980
109
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 7
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
.i
2.03 FLASHING MEMBRANE
A. The flashing membrane shall be a white Elvaloy® polyester reinforced flexible sheet, as
follows:
Pro a
Test Procedure
Physical Properties
Color
White
Thickness
ASTM D 751
.063" Nominal
Breaking Strength
ASTM D 751
412 x 538 Ibf
Tearing Strength
ASTM D751
111 x 110 Ibf
Elongation
ASTM D 751
29% x 31 %
Heat Aging
ASTM D 3045
>_90% of Original
Low Temperature Bend
ASTM D 2136
Pass @ -40°C
Seam Strength
ASTM D 751
100 %
Accel. Weathering
ASTM D 2565
10M hrs. (No Change)
Linear Dimensional Change
ASTM D 1204
0.5% maximum
Wt. Change after Immersion
ASTM D 570
0.41% maximum
Static Puncture Resistance
ASTM D 5602
Pass @ 33 Ibs
Dynamic Puncture Resistance
ASTM D 5635
Pass @ 20 J
Underwriters Laboratories
Class A
Factory Mutual
Class 1-90
Solar Reflectivity
ASTM E 903
0.811
Solar Emissivity
ASTM E 903
0.919
Solar Reflectance Index (SRI)
ASTM E1980
109
A. The non -reinforced membrane shall have the following minimum properties, as follows:
1. Description: Non -reinforced thermoplastic white membrane, thickness approximately
45 mils.
2. Use: Inside/outside corners, multiangled intersections, sealant pockets and other
conditions where molding of the membrane is required.
2.05 BITUMEN
A. Shall be ASTM D 412 Type IV steep asphalt.
2.06 CAULKS
A. Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane
non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or
exceed Federal Specification No. 1 TT-S-00230C, Type II, Class A, ASTM C 920. Where
joint surfaces are contained or are contaminated with bituminous materials, provide
manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), or
approved equal.
2.07 FELTS
A. Shall be Underwriters Laboratory approved and listed in the FM Global Approval Guide.
B. Shall be SBS base sheet, tested in accordance with ASTM D 5147, as approved by field
membrane manufacturer.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 8
I
_1
t
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
2.08 INSULATION
A. All insulation shall be in compliance with Section 07215 Roof and Deck Insulation.
B. All insulation shall be approved in writing by the membrane manufacturer as to thickness,
type, and manufacturer. All insulation must be approved for the specific application,
Underwriters Laboratory approved, and be listed in the FM Global Approval Guide.
2.09 FASTENERS
A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide, and
be as recommended by the fastener manufacturer for the specific application.
B. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel
or stainless steel nail, one piece unit, flat head, as manufactured by Rawl Zamac Nailin, or
approved equal.
2.10 BONDING ADHESIVE FOR FLASHING
A. Description: Adhesive is a bonding cement of synthetic rubber for fully adhering membranes
to various substrates, produced by Ashland Chemical, or approved equal.
Typical Liquid Properties (Room Temperature)
Color
Amber/Yellow
Base Product
Neoprene
Solids
25%
Specific Gravity
.87
Pounds/Gallon
7.25
Viscosity (CPS)
2500
Solvents Ketone, Toluene, Aliphatic Hydrocarbon, Zylene
Estimated Coverage
2 Sided Application 55/70 sq. ft. (2/2.5 mils dry)
DOT Label Required Flammable Liquid
Code - 584661
B. Handling: Contains ingredients which could be harmful if mishandled. Contact with skin and
eyes should be avoided and necessary protective equipment and clothing should be worn.
2.11 ASPHALT ROOF PRIMER
A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, as manufactured by
membrane manufacturer, or approved equal.
Applicable Federal Specification
SS-A-701B
ASTM
D 41
Flash Point
1050 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
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 9
f`'
CITY OF LUBBOCK
LUBBOCK, TEXAS
2.12 CANT STRIP
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
t
A. Shall be wood fiber where used for non-structural purposes. Shall be treated solid wood
where used for structural purposes meeting NRCA, FM Global and Underwriters Laboratory
guidelines. If solid wood cant is used where insulation exists, cant is to be toe nailed into
treated solid wood nailer the same height as insulation.
2.13 WOOD
A. All hailers, cants and wooden curbs shall be lumber as required by NRCA, FM Global and }
Underwriters Laboratory guidelines.
2.14 TRIM STRIP
A. The trim strip shall have the following minimum properties:
1. Six inch (6") wide non -reinforced 60 mil thermoplastic used for capping butted ends of
rolls.
2. The trim strip is seamed with the use of hot-air welding.
2.15 CORNERS
A. Inside and outside corners shall be supplied by the membrane manufacturer and shall be of
the same base material as the roof membrane.
2.16 PIPE BANDS
A. Stainless steel bands with self-locking heads.
B. Tighten with hand tool for tension control and flush cut off.
2.17 PRE -MOLDED BOOTS
A. Non -reinforced thermoplastic tapered molds for various pipes, heat welded to field
membrane and sealed at top with stainless steel pipe bands and seam sealer.
2.18 PITCH PAN SEALANT
A. Shall be one -part, self -leveling polyurethane sealant meeting Federal Specification No.
TT-S-00230C, Type I, Class A, ASTM C 920, Type S, Grade P, Class 25, for use in new
pitch pans.
2.19 PIPESTANDS (6" OR SMALLER - LESS THAN 9" OFF ROOF SURFACE)
A. Black, polycarbonate construction with stainless steel roller pin assembly suitable for gas
lines and conduit set in finished roof assemblies, Model No. 24R, sized accordingly, as
manufactured by Miro Industries, Inc.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -10
_i
f
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
2.20 PIPE HANGERS (6" AND LARGER — 9" TO 12" OFF ROOF SURFACE)
A. Shall be pre -assembled portable pipe hangers constructed of high density polypropylene
plastic and UV inhibitors, sized according to outside pipe dimension, as manufactured by
Portable Pipe Hangers, Houston, TX, 800.797.6585.
2.21 LEAD JACKS
A. Shall be four pound (4#) lead, and of dimensions required to completely cover existing
plumbing stack.
2.22 LEAD FLASHING DRAINS
A. Shall be four pound (4#) lead, minimum thirty-six inches by thirty-six inches (36" x 36"),
used for flashing of internal drains.
I&V___.1� l
A. The walkway pad shall have the following minimum physical properties, and be applied with
edges heat or solvent welded.
Pro a
Test Procedure
Physical Properties
Color
Gray
Size
36" wide x 60' long
Thickness
ASTM D 638
.080" nominal
Reinforcement
1000 Denier Polyester
Tear Strength
ASTM D 751
210 X 200 Ibf
Puncture Resistance
96 Ibs
Cold Resistance
ASTM D 1043
-400 C
Shore A Durometer
85
Hydrostatic Resistance
400 psi
Dimensional Stability
ASTM D 1240
s 1 %
Ultraviolet Stability
12,000 hrs. Excellent
2.24 TERMINATION/PRESSURE BARS
A. Aluminum strip shall be extruded channel bar with a mill finish, width one inch (1"),
thickness 0.100" t .008", leg height one-fourth inch (1/4") top and bottom, leg angle ninety
degrees (90°), for perimeter and curb anchorage, having predrilled holes six inches (6") on
center, as manufactured by Olympic Fasteners, or approved equal.
2.25 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.
2.26 PRECAUTIONS
A. Some of the indicated materials are extremely flammable and/or toxic. Use precautions
indicated on can and carton labels.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 11
CITY OF LUBBOCK
LUBBOCK, TEXAS
2.27 MISCELLANEOUS MATERIALS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. Other materials shall be as specified or of the best grade for the proposed use as
recommended by the manufacturer.
PART 3 - EXECUTION
3.01 REFERENCE
A. The manufacturer's Technical Specifications shall be considered a part of this specification
and should be referred to for more specific application procedures and recommendations.'
B. Application of materials shall be in strict accordance with the manufacturer's
recommendations except where more stringent requirements are shown or specified. In the ;
instance of a conflict between these specifications and those of the manufacturer, the more
stringent specifications shall take precedence.
C. General Installation:
1. Protect adjacent areas with tarpaulin or other durable materials.
2. Contractor shall prevent overspray, and be responsible for parking lot areas and/or
adjoining areas not part of this contract.
3. Contractor shall be responsible for sealing, as required, all openings that may allow
bitumen migration or drippage, i.e. pitch dams, envelopes, and filler strips.
4. Prepare surfaces according to manufacturer's or applicator's published instructions.
All metal that is to receive bitumen, or come in contact with bitumen or adhesive, shall
be first primed with appropriate primer. Any prefinished sheet steel that is to receive
bitumen, or come in contact with bitumen or adhesive, shall be scored, scuffed or
abraded prior to receiving primer.
5. Use cleaning materials or primers necessary to render an acceptable
surface/substrate.
6. All surfaces/substrates shall be clean and dry prior to application of materials.
7. Prior to application of felts and membrane, all foreign matter, gravel, etc., shall be
removed from the insulation and/or substrate. Gravel or debris between the
insulation/substrate and plies is not acceptable.
8. Bitumen kettle shall have a visible thermometer and thermostatic control or some other
means to provide positive monitoring of the bitumen temperature when it is heated in
accordance with manufacturer's instructions.
9. Ambient temperature shall be 450 F and rising.
10. The maximum heating temperature of Type III asphalt shall be 5000 F.
11. The temperature of Type III asphalt shall be approximately 4300 F ± at the point of
application or as recommended by the membrane manufacturer.
12. Maintain kettle and/or tanker temperature at least 250 F below the actual flash point of
the bituminous materials used.
13. Never heat the bituminous materials at high temperatures for prolonged periods of
time.
14. Do not allow bituminous materials to stand in tuggers for long periods.
15. Circulate bituminous materials.
16. Insulate hot transport lines if required.
17. Wrinkles, buckles, kinks, and fishmouths are not acceptable when laying membrane.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -12
'r
i}
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
18. Where deteriorated base flashing is removed, primed cant strips shall be installed at
the intersection of the deck and the vertical surfaces. All flashings shall be
mechanically top -fastened with a termination bar a minimum of six inches (6") on
center at the top leading edge, and be a minimum of eight inches (8") in height from
finished membrane.
19. Provide a water test of each roof section prior to substantial completion. The test
should simulate rainfall of one inch (1 ") per hour minimum.
20. On slopes greater than one inch (1") in twelve inches (12"), refer to NRCA and/or
manufacturer's guidelines for backnailing procedures and follow the more stringent
guidelines for all specified materials.
3.02 SUBSTRATE PREPARATION
A. All substrate preparation shall be in accordance with Section 07591 Membrane Reroofing
Preparation.
3.03 INSULATION
A. Installation of roof insulation shall be in accordance with Section 07215 Roof and Deck
Insulation.
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.
3.04 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.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -13
CITY OF LUBBOCK
LUBBOCK.TEXAS
3.05 WOOD CANTS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
is
A. All wood cants shall be installed in accordance with Section 06105 Miscellaneous Carpentry
B. Toe of cant shall be level with the surface to receive new roof membrane and in all cases
anchored according to NRCA, Underwriters Laboratory and IBC guidelines.
3.06 APPLICATION OF PLY SHEET(S)
A. Recover Board shall be covered with SBS base sheet fully adhered as follows:
All layers shall be solid mopped at the nominal rate of thirty pounds (30#) ± 20 percent per
one hundred (100) square feet using asphalt Type III as required by slope, properly heated
Specified layers shall be applied in accordance with the manufacturer's recommendations
and in accordance with general practices as set forth by the NRCA Roofing Manual.
3.07 APPLICATION OF FLEECE BACKED MEMBRANE
A. Fully Adhered Application: Fully adhere membrane to acceptable substrate with hot asphalt
applied at the rate specified by the manufacturer.
1. The roof surface must be clean, dry and free of foreign material.
2. Position sheets as indicated on approved shop drawings.
3. Fold one end of the Elvaloy® sheet on top of itself until both ends meet. Apply hot
asphalt to the prepared roof surface. The sheet can then be pulled and laid into the
bonding material using care not to create any wrinkles.
4. Carefully push into place from fold line to overlap, avoiding wrinkles and air pockets.
Roll or broom membrane flat.
5. Repeat procedure for other sheet half.
6. Lap seams shall be done by lapping the two inch (2") selvedge edge over the
non -selvedge edge of the previous roll. The selvedge edge seam shall be made with
the heat gun method.
7. Roll ends are butted together and capped with a six inch (6") wide trim strip. The trim
strip is then seamed with the heat gun.
8. Seam sealer shall be applied to all non -factory edges.
B. Lap Seaming Procedure: Overlap membrane for attachment method specified and hot-air
welded with manufacturer's approved equipment.
1. All surfaces to be weld shall be clean, dry and free of foreign material.
2. All seams must then be checked with a needle probe and any voids repaired with the
heat gun.
3. Caulk all exposed cut edges with seam sealer.
3.08 FLASHING
A. Flash all penetrations, metal edge systems, walls, curbs, expansion joints, drains as shown
on details and approved shop drawings with white reinforced Elvaloy® flashing membrane.
1. Use prefabricated flashing accessories or components such as sealant pockets,
premolded vent/pipe flashing.
2. Mechanically fasten flashing at terminations according to approved details.
3. Fastening membrane flashing through metal counterflashing is not acceptable.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -14
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
r-
i
B. Any lumber or shimming required for attachment or to make material flashing flush or level
with offsets and/or transitions shall be incorporated in the flashing specifications.
3.09 BASE FLASHING (APPROXIMATELY 8" IN HEIGHT MINIMUM)
A. Base flashings shall be installed using the flashing membrane, with length of run not to
exceed twenty linear feet (20').
B. Wooden nailers or curbs shall be installed at all edges and openings in the roof,
mechanically fastened to the deck.
C. Cant strips shall be installed at the intersection of the deck and all vertical surfaces.
D. The roofing field membrane shall extend up over and two inches (2") above the top of cant
strips at all vertical intersections or out to the roofs edge.
E. All existing substrates receiving flashing membrane shall be clean and primed with primer,
prior to application as required.
F. All flashings shall be mechanically fastened with a termination bar a maximum of six inches
(6") on center, be a maximum of eight inches (8") above finished roof height, extend a
minimum of four inches (4") onto the field of horizontal roof membrane, and not exceed
twenty linear feet (20') of run in length.
G. After proper termination of the base flashing at a minimum eight inch (8") height (or
maximum eighteen inch (18") height), a saw cut reglet with counterflashing shall be installed
according to NRCA and SMACNA guidelines.
H. All vertical flashing lap seams of the flashing membrane shall be hot-air welded.
All flashing membrane shall be adhered with flashing bonding adhesive to the vertical
substrate and hot-air welded to the field of roof membrane; hot-air weld vertical laps.
J. Flashing laps shall be minimum two inch (2") width, no maximum. Hot-air weld of flashing
lap shall be minimum two inch (2") width, no maximum.
K. Hot -Air Welding of Flashing Laps:
1. When using a hand-held hot-air welder, the seams should be pressed together using a
hand-held roller. The speed and temperature settings of the welding equipment can be
affected by the weather conditions at the site of application, therefore, these
parameters should be set by trial and error using two (2) pieces of the flashing
membrane. Minimum width of hot-air weld two inches (21, no maximum.
2. Lay the laps together and apply pressure to the welded seam to ensure full adhesion.
3. Allow the seams to set fully, and probe the entire length for voids. Reseam voids
immediately with a hot-air gun and roller.
L. All hot-air welded seams/laps shall be tested daily with a probe for integrity, no variance.
f
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 - 15
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
3.10 VERTICAL WALL FLASHING (FOR USE APPROXIMATELY 8-18" ABOVE THE FINISHED
ROOF LINE AND EXTENDING UPWARD)
A. Flashing membrane shall be installed on the vertical beginning a minimum of eight inches
(8") above the finished roof line (where the base flashing is terminated), with length of run
not to exceed twenty feet (20'). Flashing shall be installed in strict accordance with the
manufacturer's recommendations.
B. The termination bar used to terminate the minimum eight inch (8") high base flashing shall
be used to terminate the lower edge of the vertical flashing. This will cause the termination
bar to be buried at the termination point. Care should be taken to ensure the top edge of the
base flashing and bottom edge of the vertical flashing are both secured.
C. All existing substrates receiving flashing membrane shall be clean and primed with asphalt
primer, prior to application.
D. All substrates receiving welded -seam flashing membrane shall be clean and primed with
primer, prior to application when applicable.
E. The vertical wall flashing membrane shall be set in flashing bonding adhesive according to
manufacturer's guidelines.
F. All vertical flashing lap seams of the flashing membrane shall be hot-air welded.
G. Flashing laps shall be minimum two inch (2") width, no maximum. Hot-air weld of flashing
lap shall be minimum two inch (2") width, no maximum.
H. Immediately following the laying of the flashing membrane, it shall be pressed or rolled in the
width direction of the membrane. This will prevent excessive entrapment of air beneath the
membrane. The pressing or rolling shall be in the width direction and with the laps so as not
to buck the laps.
I. Any flashing extending further than eighteen inches (18) up onto a vertical surface shall be
installed using the strapped method and must be fastened with a termination bar or installed
up and over the parapet wall and fastened to the nailer on the outside of the wall.
J. The flashing membrane shall be run up the wall in sheet widths, run under the coping cap _
and be terminated on the outside of the wall six inches (6") on center; then the coping cap
shall be reset. All side laps are to be hot-air welded.
K. Hot-air Welding Laps:
1. When using a hand-held hot-air welder, the seams should be pressed together using a
hand-held roller. The speed and temperature settings of the welding equipment can be
affected by the weather conditions at the site of application, therefore, these
parameters should be set by the contractor by using two (2) pieces of flashing
membrane. Minimum width of hot-air weld shall be two inches (2").
2. Lay the laps together and apply pressure to the welded seam to ensure full adhesion.
3. Allow the seams to set fully, and probe the entire length for voids. Reseam voids
immediately with a hot-air gun and roller.
L. All hot-air welded seams/laps shall be tested daily with a probe for integrity, no variance. `
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -16
t
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
M. Any lumber or shimming required for attachment or to make material flashing flush or level
with offsets and/or transitions shall be incorporated in the flashing specifications.
3.11 PERIMETER FASTENING
A. Wood nailers are required for perimeter gravel stops or drip edges. Field membrane and all
plies shall be mechanically fastened to nailer on twelve inch (12") centers maximum.
3.12 EDGING FLASHINGS
A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with
published instructions to meet ES-1.
3.13 ROOF DRAINS
A. Inspect and test drain and drain lines prior to start of work in contact area. Open if blocked
or clogged and repair/replace all broken, missing drain components and lines as required.
Verify in writing that all drains and lines are free flowing and watertight prior to substantial
completion. Comply with local plumbing codes.
B. Remove strainer and clamping ring. Repair (or replace if damaged) and reset.
C. Insert Drains (If Required): Install new drain inserts with permanent gaskets between insert
and drain wall to prevent backflow of water and leakage.
D. Replacement Drains (If Required): Sized to match existing drain system. Install watertight
to existing lines. Follow drain manufacturer's installation requirements.
3.14 WALKWAY PADS
A. Fully adhere and heat weld walkway pads where shown on drawings or where required to
provide protected pathways from rooftop access points to mechanical or other equipment
requiring rooftop maintenance.
3.15 CLEANING
A. Clean exposed surfaces of excess cement, adhesive, sealants, mortar and paint associated
with the new work.
B. Clean work area of excess roofing materials and installation debris daily.
C. Repair or replace defaced or disfigured finishes caused by the work.
A. After all membrane has been installed, it shall be cleaned with a cleaning agent compatible
with the membrane to return the membrane to like new appearance.
3.17 PROTECTION
A. Protect all building surfaces against damage from roofing work.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -17
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
B. Where traffic must continue over finished, installed roofing system, protect membrane,
underlayment accessories and finishes from damage.
3.18 MEMBRANE PROTECTION
A. Where equipment pads, wood sleepers, or walkway slabs are to be installed over the roofing
membrane, an additional layer of the roofing membrane shall be installed between the
roofing membrane and the pad, sleeper, or slab. Due caution shall be exercised to prevent
roofing membrane damage during placement. Where required, membrane shall be welded
to field membrane to prevent slippage.
3.19 PIPING/CONDUIT
A. Piping/conduit shall be raised to NRCA recommended heights, and new supports furnished.
Permanent supports shall be installed upon pads approved by membrane manufacturer.
Coordinate work with Owner's representative.
B. All gas lines and piping shall be coated with specified commercial grade yellow paint.
3.20 PIPE/EQUIPMENT SUPPORTS
A. Pipe supports shall be placed approximately ten feet (10') on center. New supports shall be I
set on a double layer of membrane, and attached to the pipe with suitable strapping. Double
layer of membrane shall be adhered to the roof surface.
3.21 OVERNIGHT SEAL
A. Shall be performed according to accepted roofing practice as outlined in the NRCA Roofing
Manual, SPRI and membrane manufacturer's recommended procedure.
B. The roofing membrane shall be sealed to the roof deck or existing roof at the end of the
day or at the onset of inclement weather to prevent water from flowing into the completed
roofing system. Temporary seals shall be -removed upon resumption of work.
3.22 COPING JOINTS, REGLET JOINTS, CAULK JOINTS, WALL JOINTS, AND WALL CRACKS
ABOVE THE ROOF LINE
t
A. All reglet and coping joints shall be raked clean of loose materials and debris, and sealed
with caulk sealant. Sealant shall be properly installed and tooled in a workmanlike manner
to ensure permanent seal.
B. All open coping and masonry terminations and intersections shall be cleaned out and sealed
with backer rod and caulk sealant. Backer rod shall be minimum one and one-half (1-1/2)
times the width of the opening to be sealed. Caulk sealant thickness shall be minimum of
one-half (1/2) of the width of the opening to be sealed.
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -18
1�
I_ I
f,
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
C. Clean joint surfaces immediately before installation of gaskets, sealant or caulking
compound. Remove dirt, insecure coatings, existing sealant, moisture, and other
substances which could interfere with seal of gasket or bond of sealant or caulking
compound. Etch concrete and masonry joint surfaces as recommended by sealant
_.. manufacturer. Roughen vitreous and glazed joint surfaces as recommended by sealant
manufacturer.
D. Prime or seal joint surfaces where indicated, and where recommended by sealant
manufacturer. Confine primer/sealer to areas of sealant bond; do not allow spillage or
migration onto adjoining surfaces.
E. Comply with manufacturer's printed instructions except where more stringent requirements
are shown or specified, and except where manufacturer's technical representative directs
otherwise.
F. Install sealant backer rod for liquid -applied sealants, except where shown to be omitted or
recommended to be omitted by sealant manufacturer for application indicated.
G. Employ only proven installation techniques, which will ensure that sealants are deposited in
uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of joint to
bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet
to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are
between a horizontal surface and vertical surface, fill joint to form a slight cove, so that joint
will not trap moisture and dirt. -
H. For normal moving joints to be sealed with elastomeric sealants but not subject to traffic, fill
joints to a depth equal to fifty percent (50%) of joint width, but neither more than one-half
inch (1/2") deep nor less than one-fourth inch (1/4") deep.
END OF SECTION 07535
FULLY ADHERED MULTI -PLY ROOF SYSTEM 07535 -19
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
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.
HuiYiIIIII&Ii I185I •/_1:YL
A. This Section includes the following: -
1. Roof re-cover preparation.
1.03 MATERIALS OWNERSHIP
A. Except for items or materials indicated to be reused, reinstalled, or otherwise
indicated to remain Owner's property, demolished materials shall become
Contractor's property and shall be removed from Project site. ;
1.04 DEFINITIONS
A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA
Roofing and Waterproofing Manual" for definition of terms related to roofing work in
this Section.
B. Existing Membrane Roofing System: Built-up asphalt & SBS-modified bituminous
roofing membrane, surfacing, and components and accessories between deck and
roofing membrane.
C. Substrate Board: Rigid board or panel products placed over the roof deck that
serve as thermal barriers, provide a smooth substrate, or serve as a component of
a fire -resistance -rated roofing system.
D. Roof Re -Cover Preparation: Existing roofing membrane that is to remain and be
prepared for reuse.
E. Remove: Detach items from existing construction and legally dispose of them off -
site unless indicated to be removed and reinstalled.
F. Existing to Remain: Existing items of construction that are not indicated to be
removed.
1.05 SUBMITTALS
A. Product Data: For each type of product indicated.
MEMBRANE REROOF PREPARATION 07591 - 1
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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.
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.
MEMBRANE REROOF PREPARATION 07591 - 2
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
7. Review procedures to determine condition and acceptance of existing deck
and base flashing substrate for reuse.
8. Review structural loading limitations of deck during reroofing.
9. Review base flashings, special roofing details, drainage, penetrations,
equipment curbs, and condition of other construction that will affect reroofing.
10. Review HVAC shutdown and sealing of air intakes.
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.
MEMBRANE REROOF PREPARATION 07591 - 3
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
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.
1. Coordinate work activities daily with Owner so Owner can place protective
dust or water leakage covers over sensitive equipment or furnishings, shut
down HVAC and fire -alarm or -detection equipment if needed, and evacuate
occupants from below the work area if desired.
2. Before working over structurally impaired areas of deck, notify Owner to
evacuate occupants from below the affected area. Verify that occupants
below the work area have been evacuated prior to proceeding with work over
the impaired deck area.
B. Protect building to be reroofed, adjacent buildings, walkways, site improvements,
exterior plantings, and landscaping from damage or soiling from reroofing
operations.
C. Maintain access to existing walkways, corridors, and other adjacent occupied or
used facilities.
D. Owner assumes no responsibility for condition of areas to be reroofed.
1. Conditions existing at time of inspection for bidding will be maintained by
Owner as far as practical.
E. Limit construction loads on roof for uniformly distributed loads.
F. A roof moisture survey of existing membrane roofing system is available for
Contractor's reference.
G. The results of an analysis of test cores from existing membrane roofing system are
available for Contractor's reference.
H. Weather Limitations: Proceed with reroofing preparation only when existing and
forecasted weather conditions permit Work to proceed without water entering into
' existing roofing system or building.
Hazardous Materials: It is not expected that hazardous materials such as
asbestos -containing materials will be encountered in the Work.
1. Hazardous materials will be removed by Owner before start of the Work.
Existing roof will be left no less watertight than before removal.
2. If materials suspected of containing hazardous materials are encountered, do
not disturb; immediately notify Architect and Owner. Hazardous materials will
be removed by Owner under a separate contract.
U1:
c°
MEMBRANE REROOF PREPARATION 07591 — 4
_.
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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.
PART 2 - PRODUCTS
2.01 INFILL MATERIALS
A. Use infill materials matching existing membrane roofing system materials to patch
and cover holes in the existing construction as the result of the demolition of the
existing mechanical equipment as noted in the project documents.
PART 3 - EXECUTION
-�`T �'
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.
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.
MEMBRANE REROOF PREPARATION 07591 - 5
t
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
3.02 ROOF RE-COVER PREPARATION
A. Remove blisters, ridges, buckles, and other substrate irregularities from existing
roofing membrane that inhibit new recover boards from conforming to substrate.
1. Remove loose aggregate from aggregate -surfaced, built-up bituminous
roofing with a power broom.
2. Broom clean existing substrate.
3. Coordinate with Owner's inspector to schedule times for tests and inspections
before proceeding with installation of recover boards.
4. Verify that existing substrate is dry before proceeding with installation of
recover boards. Spot check substrates with an electrical capacitance
moisture -detection meter.
5. Remove materials that are wet or damp. Removal will be paid for by
adjusting the Contract Sum according to unit prices included in the Contract
Documents.
3.03 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 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 REROOF PREPARATION 07591 - 6
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
SECTION 07620
SHEET METAL AND MISCELLANEOUS ACCESSORIES
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Provide flashing and sheet metal components for moisture protection.
2. Related accessories.
1.02 QUALITY ASSURANCE
A. Comply with governing local, state, and federal regulations, safety standards, and codes.
Provide products of acceptable manufacturers in satisfactory use in similar service for
five (5) years. Use experienced installers. Deliver, handle and store materials in
accordance with manufacturer's instructions.
B. Reference Standards: Applicable portions of ASCE, SMACNA, ASTM and NAAMM
publications.
1.03 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.
PART 2 - PRODUCTS
2.01 SHEET METAL MATERIAL
A. Hot -dipped Galvanized Steel for use as counterflashings (where not visible from the
ground), pitch pans and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized
metal, commercial quality, ASTM A 525.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 1
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
B. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90,
hot -dipped galvanized metal, commercial quality, ASTM A 525.
C. Prefinished Galvanized Sheet Steel (where visible from the ground): Shall be 24-gauge flat
stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to
forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use
as new metal edge gravel guard, cover plates, downspouts, gutters, coping and
miscellaneous metal. Standard color to be selected by Owner/Project Consultant.
D. Sheet Lead: QQ-L-201, Grade B.
E. All existing sheet metal shall be replaced with new metal of like gauge and type, or as
specified on drawings.
2.02 FASTENERS
A. Fasteners shall be same metal as flashing/sheet metal, or other non -corrosive metal as
recommended by sheet manufacturer for the specific application. Match finish of exposed
heads with material being fastened.
B. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide.
C. Fastener for Brick: Shall be one-fourth inch by two inches (1 /4" x 2"), zinc with plated steel
or stainless steel nail, one piece unit, flat head.
D. Screws: Self -taping sheet metal type with neoprene washer, as appropriate.
E. Pop Rivets: Full stainless steel Series 42 or 44, as appropriate.
F. Continuous Clip: Concealed hold-down clip type; of same materials as coping, gravel guard,
sized to suit application. Use a continuous clip, minimum 22-gauge G-90 galvanized.
2.03 RELATED MATERIAL
A. Bituminous Paint: Acid and alkali resistant, black color.
B. Plastic Cement: FS SS-C-153, cutback asphalt type.
C. Solder: QQ-S-571 composition best suited for purpose; use high tin content, minimum
60/40, for stainless steel and monel alloy.
D. Copper, Sheet, and Strip: QQ-C-576, ASTM B 370, light cold -rolled temper.
E. Lead -coated Copper: ASTM B 101, Type I or 11, Class A.
F. Sealant (for Sheet Metal): One -component polyurethane, conforming to requirements of FS
TT-S-230C, non -staining and non -bleeding.
SHEET METAL AND MISCELLANEOUS ACCESSORIES
07620 - 2
'ATTERSON BRANCH LIBRARY
OOF REPLACEMENT PROJECT
fill
lave a through -wall with receiver id(
a pre -installed to fluid applied wall
s applies to edge metal, base
fer to NRCA, SMACNA, and metal il,,
) on center, one-fourth inch (1/4")
:)ved similar, to match existing
(18"), maximum forty-eight
and sealant, as one piece.
um.
iilar materials with bituminous
ng.
netal to exterior vertical wall.
Drovisions.
prior wall surface.
t watertight installation.
iding seam metal.
led in ten foot (10') sections
df inches (2-1/2") or be minimum
ler, whichever is greater.
,ved similar, to match existing
(18"), maximum forty-eight
and sealant, as one piece.
M.
lar materials with bituminous
19.
le.
exterior vertical wall
rovisions.
,ior wall surface.
ec
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
t Boots: Cast iron by Neenah Foundry Company, or pre -approved equal,
d install.
cks: Concrete, 3000 psi, 28 days. Provide and install with protection
downspouts.
:ssories: Provide sheet metal clips, straps, anchoring devices, and similar
units as required for installation of work, matching or compatible with
:ing installed, non -corrosive, size, and gauge required for performance.
sings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant
ts in place, substrates are smooth and clean and nailing strips located.
termination and base flashings are in place, sealed and secure
means acceptance of conditions.
site conditions prior to fabricating work. Provide all shop drawings and
month prior to installation to the Owner/Project Consultant for approval.
edge strips and cleats before starting installation.
work to greatest extent possible. Comply with details shown, and with
luirements of SMACNA "Architectural Sheet Metal Manual" and other
dustry practices. Fabricate for waterproof and weather -resistant performance;
n provisions for running work, sufficient to permanently prevent leakage,
!terioration of the work. Form work to fit substrates. Comply with material
s instructions and recommendations. Form exposed sheet metal work without
canning, buckling, and tool marks, true to line and levels as indicated, with
s folded back to form hems.
vel stops/fascia, gutters/downspouts, counterflashings, pitch pans, expansion
d pings with new galvanized sheet metal as specified. Fabricate gravel guard
n 1, size and dimensions as indicated on the drawings. Fabricate light metal L I
-s and downspouts as indicated.
_,e, retal on bending brake.
�irr nd hand seam metal on bench insofar as practicable.
Is with straight lines, sharp angles and smooth curves.
07620 - 5
ILANEOUS ACCESSORIES 07620 - 3
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
D. Expansion Joint Field and at Wall:
1. Shall be as outlined by details, and be in full compliance with all provisions of
SMACNA and FM Global requirements for attachment, installation and
recommendations.
2. Secure metal flashings per specifications.
3. Lock seams and end joints.
4. Form sections identical to profiles as shown or approved similar, to match existing
building.
5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight
inch (48") extensions, formed and sealed with rivets and sealant, as one piece.
6. Hem exposed edges three -fourths inch (3/4") minimum.
7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous
paint. Surface sand before applying primers.
8. Integrate flashing in a manner consistent with detailing.
9. Provide and install continuous clip around perimeter.
10. Shall be fabricated in accordance with all SMACNA provisions.
E. Counterflashing:
1. Install new metal counterflashing as required for a permanent watertight installation.
counterflashing as required for a permanent watertight installation.
2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing
as detailed in SMACNA Figure 4-3E.
F. Gutter and Downspout:
1. Fabrication:
a) Fabricate gutter and downspout of profile and size indicated.
b) Field measure site conditions prior to fabricating work.
c) Fabricate with required connection pieces.
d) Fabricate section square, true, and accurate in size, in maximum possible
lengths and free of distortion or defects detrimental to appearance or
performance.
e) Hem exposed edges of metal.
f) Form and seal all metal joints; provide for expansion joints per SMACNA.
2. Installation:
a) Install collector head, downspout, and accessories.
b) Join lengths with seams pop riveted and sealed watertight. Flash and seal
collector head to downspouts and accessories.
c) Seal all metal joints watertight for full metal surface contact.
d) Collector Head: SMACNA style profile; submit detail for approval.
e) Downspouts: Rectangular profile. Seal all joints, four inches by six
inches (4" x 6").
f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts.
g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator.
h) Collector Head Support - Kynar: Color and Finish to match, as recommended by
SMACNA.
i) Downspout Supports - Straps, Kynar: Color and Finish to match.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
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
b)
collector head. Seal the pipe to the collector head for watertightness.
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
r_111
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
I
inches (4" x 6").
f)
Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts.
g)
Anchorage Devices: SMACNA requirements. Type recommended by fabricator.
h)
Collector Head Support - Kynar: Color and Finish to match, as recommended by
SMACNA.
i)
Downspout Supports - Straps, Kynar: Color and Finish to match.
H. Pitch Pans:
1.
Install pitch pans of 24-gauge galvanized steel according to NRCA standards,
minimum of six inches by six inches (6" x 6").
2.
Pitch pans shall be fabricated to minimum of four inches (4") above the finished roof
membrane. Seams of pitch pans shall be soldered.
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 with grout or cementitious binder to proper height
and allowed to cure.
7.
Top finish fill shall be self -leveling, one -part urethane, with maximum fill to within
three -eighths inch (3/8") of top of pitch pan sides.
8.
Strip metal flange of pitch pan with one strip of Type IV fiberglass felt set in hot
bitumen extending from the outer edge of the flange a minimum of three inches (3")
inward to base of pitch pan.
9.
Strip in fiberglass felt with 60 mil coal -tar elastomeric membrane (CTEM) flashing set
in hot asphalt extending from the outer edge of the Type IV fiberglass underlayment
a minimum of three inches (3") inward to the base of the pitch pan.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 7
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
I. Bonnets/Hoods:
1. Fabricate and install above all pitch pans, where necessary, or reinstall as
applicable, metal bonnets over all pitch pans, NO EXCEPTIONS.
2. Bonnets/Hoods shall be manufactured with metal compatible with metal to which
bonnet is to be attached.
3. On beams and other steel, weld in place bonnets fabricated from one-fourth inch
(1/4") steel plate.
4. Draw band bonnets fabricated from 22-gauge galvanized steel may be used on
circular projections.
Rain Diverters Above Doors as noted on drawings:
1. Install new metal counterflashing as required for a permanent watertight installation.
counterflashing as required for a permanent watertight installation.
2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing
as detailed in SMACNA Figure 4-3E.
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 07600
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 8
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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.
2.04 EQUIPMENT SUPPORTS
A. To support HVAC Duct use Model # SS2000D Duct Support. SS2000D is two (2)
seventeen inch (17") circular bases with 12-gauge framing channel formed to make
an "H" shaped support. Framing channel is adjustable in both height and width.
1. Manufacturers:
a). Advanced Support Products, Inc.
B. To support heavier HVAC equipment use equipment platform Model # HV0505B
Base Platform designed by manufacturer to support the weight of the equipment
and load requirements. Equipment platform shall consist of (a) seventeen inch
(17") circular bases supporting a structural steel frame OR (b) galvanized steel
plates, with four holes for approved anchoring per engineering data, supporting a
structural steel frame.
1. Manufacturers:
a). Advanced Support Products, Inc.
2.05 ROOF PIPE SUPPORTS
A. To support conduit or pipe sized up to 08" when height adjustment is needed use
Model # SS1000A Adjustable Pipe Support. Seventeen inch (17") circular base
with 12-gauge framing channel, eighteen inches (18") long, attached to seventeen
inch (17") circular base using one-half inch (1/2") threaded rods, twelve inches
(12") long, with washers and nuts. Height of channel can be adjusted along the
length of the one-half inch (1/2") threaded rods. Strut clamps are suggested to
hold piping or conduit in place.
1. Manufacturers:
a) Advanced Support Products, Inc.
B. To support water or gas piping up to 08" or when a roller support with height
adjustment is needed use Model # SS1000RA Pipe Support with Adjustable Roller.
Seventeen inch (17") circular base with SBR heavy duty rubber roller assembly
attached to seventeen inch (17") circular base using one-half inch (1/2") threaded
rods, twelve inches (12") long, with washers and nuts. Height of roller assembly
can be adjusted along the length of the one-half inch (1/2") threaded rods.
1. Manufacturers:
a) Advanced Support Products, Inc.
ROOF ACCESSORIES 07720 - 3
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
C. To support multiple pipe runs, piping up to 012 when height adjustment or pipe
suspension is needed use Model # SS4000P, SS6000P or SS8000P Adjustable
Support Bridge. SS4000P Adjustable Support Bridge is made of four (4)
seventeen inch (17") circular bases and 12-gauge framing channel formed to make
one "H" shaped support with crossbar. SS6000P Adjustable Support Bridge is
made of six (6) seventeen inch (17") circular bases and 12-gauge framing channel
formed to make two "H" shaped supports with crossbar. SS8000P Adjustable
Support Bridge is made of eight (8) seventeen inch (17") circular bases and 12-
gauge framing channel formed to make three "H" shaped supports with crossbar.
Crossbar height is adjustable and offered in eighteen inch (18"), twenty-four inch
(24"), thirty-six inch (36"), and forty-eight inch (48") lengths. Use Adjustable
Support Bridge with strut clamps or roller accessories or use optional hanger
supports to suspend water or gas piping at various heights. Optional hanger
supports attached to support frame using one-half inch (1/2") threaded rods.
Hangers offer complete height adjustments along the length of one-half inch (1/2")
threaded rods.
1. Manufacturers:
a) Advanced Support Products, Inc.
PART 3 — EXECUTION
3.01 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, to verify actual
locations, dimensions, and other conditions affecting performance of work.
1. Verify that substrate is sound, dry, smooth, and 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.
ROOF ACCESSORIES 07720 - 4
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY I_
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
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.
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
CITY OF LUBBOCK
LUBBOCK, TEXAS
SECTION 07920
SEALANTS
PART 1 — GENERAL
1.01 DESCRIPTION
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. Work includes:
1. Throughout the Work, seal and caulk joints where shown on the Drawings
and/or as required by the Project Manager to provide and maintain watertight
and airtight continuous seals.
2. This section includes, but is not limited to, providing joint sealants to be in the
following areas:
a) Parapet cap copings and counterflashings at roofing conditions
b) All other joints as directed by the Project Manager
1.02 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who have successfully completed a
minimum of three projects in the last five years of similar type and scope as the
project herein. The workmen shall be thoroughly trained and experienced in joint
sealant applications and completely familiar with the specified requirements and
methods needed for the proper performance of the work of this section.
B. Joint sealer products shall be obtained from a single manufacturer for each product
required.
C. Job Site Testing
1. All joint sealants shall be field tested for proper adhesion to the joint
substrates prior to installation. Do not proceed with the work until job site
tests have been approved by the Project Manager.
2. Locate and provide test joints for each type of joint sealant, and substrate as
directed by the Project Manager.
3. Acceptable test joints will be used as the standard for all joint sealant work on
the project.
4. Sealants which fail to adhere to the substrates shall be removed and
replaced at no extra cost to the Owner.
1.03 SUBMITTALS
A. Product Data: Within 15 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section; and in
compliance with Section 01330 Submittals and Substitutions.
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
SEALANTS 07920 - 1
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
3. Manufacturer's recommended installation procedures which, when approved
by the Project Manager, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
B. Samples: Accompanying the submittal described above, submit samples of each
sealant, each backing material, each primer, and each bond breaker proposed to
be used. Include color samples of full standard product color range.
1.04 PRODUCT HANDLING
A. Do not retain at the job site material which has exceeded the shelf life
recommended by its manufacturer.
B. Store products on site in compliance with the manufacturer's recommendations
and as necessary to prevent damage or deterioration to the materials.
A. All sealants and caulking shall be provided with a five year manufacturer's
warranty.
PART 2 — PRODUCTS
2.01 SEALANTS AND CAULK
A. Except as specifically otherwise approved by the Project Manager, use only the
types of sealants described in this Section. Polysulfide sealants require
manufacturer's corporate seal.
B. Vertical surfaces and non -traffic bearing horizontal surfaces:
1. One -part Urethane Sealant: Sealant for use at coping joints, reglet joints,
etc., shall be a one -component urethane non -sag, gun grade sealant
designed for use in active exterior joints, and shall meet or exceed Federal
Specification No. 1 TT-S-00230C, Type II, Class A, ASTM C 920. Where
joint surfaces are contained or are contaminated with bituminous materials,
provide manufacturer's modified -type sealant (modified with coal -tar or
asphalt as required), as manufactured by Sonneborn (RC-708), or approved
equal.
SEALANTS 07920 - 2
1
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
2. Silyl-terminated Polyether Sealant: To seal the leading edge of the CTEM
membrane, to bond CTEM at terminations with metal, and for open CTEM
seam repair, sealant shall be a thermosetting, solvent free, non -slump, self-
fixturing, multipurpose structural sealant which shall meet the following
physical and performance properties, M-1 as manufactured by Chem Link,
Inc., or approved equal.
Properties
Specific Gravity
1.62 (13.5 lbs./gallon)
Viscosity 800,000 cps Brookfield
RTV, TF spindle, 4 rpm 70 degrees F.
Shear Strength (ASTM D-1002)
300 psi+ (7 day ambient cure)
Elongation @ break (ASTM D-412)
300% (7 day ambient cure)
Hardness Shore A (ASTM C-661) 50 — 55 (14 day ambient cure)
Tack free time (ASTM C-679)
35 minutes
Low temperature flex
Minus 20 degrees F: PASS
Slump (sag) (ASTM C-639)
Zero slump
Shrinkage (ASTM D-2453)
No measurable shrinkage (14 cay cure)
Service temperature
-40 degrees F to 200 degrees F
C. Colors
1. Colors for each sealant installation will be selected by the Project Manager
from standard colors normally available from the specified manufacturers.
2. Should such standard color not be available from the approved manufacturer
except at additional charge, provide such colors at no additional cost to the
Owner.
2.02 PRIMERS
A. Use only those primers which are non -staining, have been tested for durability on
the surfaces to be sealed, and are specifically recommended for this installation by
the manufacturer of the sealant used.
2.03 BACKUP MATERIALS
A. Use only those backup materials which are specifically recommended for this
installation by the manufacturer of the sealant used, which are non -absorbent, and
which are non -staining.
B. Acceptable types include:
1. Closed -cell resilient urethane or polyvinyl -chloride foam;
2. Closed -cell polyethylene foam;
C. Preformed support strips for ceramic the control joint and expansion joint work:
Use polyisobutylene or polychloroprene rubber.
SEALANTS 07920 - 3
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
t
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.
2.06 JOINT PRIMER/SEALER
A. Provide type of joint primer/sealer recommended by sealant manufacturer for joint
surfaces to be primed or sealed.
PART 3 — EXECUTION
3.01 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of the
work. Do not proceed until unsatisfactory conditions are corrected.
3.02 PREPARATION
A. Concrete surfaces
Install only on surfaces which are dry, sound, and well brushed, wiping free from
dust.
1. At open joints, remove dust by mechanically blown compressed air if so
required.
2. Use solvent to remove oil and grease, wiping the surfaces with clean rags.
3. Where surfaces have been treated, remove the surface treatment by
sandblasting or wire brushing.
4. Remove laitance and mortar from joint cavities.
5. Where backstop is required, insert the approved backup material into the joint
cavity to the depth needed.
B. Steel surfaces
1. Steel surfaces in contact with sealant:
Sandblast as required to achieve acceptable surface for bond.
a) If sandblasting is not practical, or would damage adjacent finish, scrape
the metal or wire brush to remove mill scale.
b) Use solvent to remove oil and grease, wiping the surfaces with clean
rags.
SEALANTS 07920-4
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
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.
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.
SEALANTS 07920 - 5
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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 - 6
t CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
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
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
A. Manufacturer's Certificate: On roofing membrane manufacturer's letterhead, accepting
use of proposed sealant in contact with roofing membrane.
7_1i1US]
A. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials,"
for plastic piping components. [i
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.
lX1ytllllllllI8AIr_�11: 4VF-Al
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
CITY OF LUBBOCK PATTERSON BRANCH LIBRARY
LUBBOCK, TEXAS ROOF REPLACEMENT PROJECT
I _z
3.02 PREPARATION
A. Remove existing flashing from plumbing vent piping to extent required to enable
installation of new plumbing vent pipe extensions and completion of flashings.
B. Clean plumbing vent piping to ensure that joint surfaces are clean, dry and free from
contamination including dirt, oils, grease, tar, wax, rust and other substances that my
inhibit adhesive or sealant performance.
3.03 INSTALLATION OF PLUMBING VENT PIPE EXTENSIONS
A. Insert end of plumbing vent pipe extension into existing plumbing vent piping.
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
z STANDING SEAM METAL CAP WITH
CONTINUOUS CLEAT ON THE OUTSIDE
NIS GPQ PRE -FINISHED METAL PARAPET CAP
AS SPEC.
ok \ EXTEND BASE FLASHING DOWN
OVER WOOD BLOCKING
z / \
Y / / HIGH -DOMED, CAPPED,
\ GASKETED FASTENERS
z m / / / / / / \ (APPROX. 18" / 12" O.C.)
O /
w
CO
/ DOUBLE SIDED TAPE BETWEEN
/ LAP & COPING LEG.
/ 3/4" LAP
IN.
CONTINUOUS CLIP
AS SPEC.
CONTINUOUS BEAD OF
SEALANT AS SPEC.
PROVIDE 1/4" WIDE 3/4" EXT. GRADE PLYWOOD TOP
GAP AT 10'-0" O.C. AND BOTTOM OF NAILERS
CONT. 2X6 WOOD SHIM PRIME WALL AS SPEC. WHEN APPLICABLE
FORM TOP FOR SLOPE 8°
THERMOPLASTIC FLASHING AS SPEC. -
CONT. 1X4 WOOD SHIM EXTEND UP & OVER PARAPET.
FORM TOP FOR SLOPE EXTEND FIELD PLIES ABOVE HEAD OF
3/4" EXTERIOR F.R. CANT
GRADE PLYWOOD
AS SPEC,
4" HIGH CANT STRIP AS SPEC. THERMOPLASTIC FIELD SHEET AS
SPEC.
BASE SHEET AS SPEC. AS
REQUIRED MULTIPLE PLY SHEETS AS SPEC.
COVERBOARD INSULATION AS SPEC.
THERMAL INSULATION AS SPEC.
ROOF DECK
i 'C. WHIT11NG7
w lm� 16
CITY OF LUBBOCK R2.01
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
a
DETAIL NAME: PARAPET DETAIL
AtM
Copyright 2014 by Arrnko IndustriesPROJECT NO: 20150127-48
TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE : NOT TO SCALE I DATE: 03/18/15 DRAWN BY: RW
PROVIDE CONT. HEMMED EDGE IN
FLASHING.
PRIME MASONRY
AS SPEC.
CONT. CLEAT —
AS SPEC.
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.
ROOF MEMBRANE FLASHING HEAT
WELDED AS SPEC.
THERMOPLASTIC FIELD SHEET AS
SPEC.
I1�<— EXTEND FIELD PLIES ABOVE HEAD
OF CANT
MULTIPLE PLY SHEETS AS SPEC
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC.'.„
IF REQUIRED 4b .,
ROOF DECK * h
RONALD C...............
NGTON
CITY OF LUBBOCK R2.02
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
a DETAIL NAME: REGLET AT BRICK RISE WALL
ARMKO OM PROJECT NO: 20150127-48
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE I DATE: 03/18/15 DRAWN BY: RW
F - 8498
DRAW BAND OR WELD UMBRELLA TO
STACK
PLUMBING VENT STACK
THERMOPLASTIC FLASHING
MEMBRANE - HEAT WELDED AS
SPEC.
THERMOPLASTIC FIELD SHEET AS
SPEC.
MULTIPLE -PLY SHEETS AS SPEC.
COVERBOARD AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
ROOF DECK
RONALD C. WHITflNOTON
00'. 97088 A -
CITY OF LUBBOCK
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT)
1836 PARKWAY DRIVE
LUBBOCK, TX
DETAIL NAME: VENT STACK FLASHING
Copyright 2014 by Armko Industries PROJECT NO: 20150127-48
R2.03
OF
10
TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE I DATE: 03/18/15 DRAWN BY: RW
APPROX. 1/4" CLEARANCE -
BETWEEN EA. CORNER AND
EDGE OF COLLAR
POURABLE SEALANT
AS SPEC.
1" MIN. PIPE — U
DIAMETER
OPTIONAL: WOOD NAILERS; —
VARIES DEPENDING UPON SIZE
OF PENETRATION.
SEALANT AS SPEC.
DRAW BAND
WATERTIGHT 24 GA. METAL RAIN
COLLAR OVERLAPPING
PENETRATION POCKET
WELDED SEAM CONT.
/ STRUCTURAL SEALANT AT
PENETRATION TO MEMBRANE
JUNCTURE
4" MIN. FLANGE, SET IN ROOF
CEMENT OVER ROOFING PLIES
Mj-
TI FLASHING
THERMOPLAS C
MEMBRANE - HEAT WELDED AS
SPEC.
THERMOPLASTIC FIELD SHEET AS
SPEC.
MULTIPLE- PLY SHEET AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
\ BASE SHEET AS SPEC. IF REQUIRED
ROOF DECK
..
RONALD C. WrUTnNGTON
-o ...........
•.. 97088
ti...
CL. As
,;
i
CITY OF LUBBOCK R2.04
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
a DETAIL NAME: PITCH PAN FLASHING
ARMOR PROJECT NO: 20150127-48
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE I DATE: 03/18/15 DRAWN BY: RW
F - 6498
SHEET METAL ENCLOSURE-
CROSSBREAK OR SLOPE FOR
DRAINAGE
INSULATE VOID TO PREVENT
CONDENSATION
SHEET METAL OR FLEX -TUBE
COLLAR AS SPEC.
SLOPE PIPES DOWN AND AWAY
= FROM HOOD
Z w SHEET METAL FLASHING RECEIVER
o
m AS SPEC.
z = HIGH -DOMED, CAPPED, GASKETED
o FASTENERS (APPROX. 18" O.C.
u_ DEPENDING UPON WIND ZONE AND
LOCAL CONDITIONS; MINIMUM TWO
FASTENERS PER SIDE)
.- REMOVABLE SHEET METAL
COUNTERFLASHING AS SPEC.
/ ROOF MEMBRANE FLASHING -
-`HEAT WELDED AS SPEC.
WOOD CANT TO
BRACE CURB
` FASTENERS APPROX. 8" O.C.
WOOD NAILERS AND
CURB AS SPEC. EXTEND FIELD PLIES ABOVE HEAD
�= OF CANT
PROVIDE INSULATION IN -7
GAP TO SEPARATE
ABOVE ROOF AND THERMOPLASTIC FIELD SHEET AS
CEILING PLENUM SPEC.
MIN. 4" CLEARANCE FORM MULTIPLE -PLY SHEETS AS SPEC.
PIPE TO TOP OF CURB; MIN.
2" BETWEEN PIPES COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC.IF REQUIRED
ROOF DECK
m m
c
Y,
FE
0
ARMK10 2E
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
r
.a...................�.......
RONALD C. WHITTINGTON
CITY OF LUBBOCK R2.05
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
DETAIL NAME: PIPE BOX FLASHING
PROJECT NO: 20150127-48
SCALE: NOT TO SCALE DATE: 03/18/15 DRAWN BY: RW
CITY OF LUBBOCK
LUBBOCK. TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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 - 6
f
CITY OF LUBBOCK
LUBBOCK, TEXAS
PATTERSON BRANCH LIBRARY
ROOF REPLACEMENT PROJECT
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.
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.
SEALANTS 07920 - 5
/0 a
CITY OF LUBBOCK R2.08
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
DETAIL NAME: ROOF DRAIN
tMKOPROJECT NO: 20150127-48
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM SCALE : NOT TO SCALE I DATE: 03/18/15 DRAWN BY: RW
F-CA98
110
12. 11/2'
SOLDER FLANGE TO TOP
WALL SURFACE
HEM THE FLANGE EDGE 3/4'
ON ALL SIDES
I
I
PRE -FINISHED 24 GAUGE
T SCUPPER FACE
SET
SCUPPER FASTEN TO FACE
RUBBER BACKER
OF WALL WITH E.B.
8 CAULK ON ALL
I
SIDES
EXPANSION BOLT
I
ROOF LINE BEYOND
REFER TO SPECIFICATIONS
G FOR PARAPET WALL
APPLICATION
— — — — — — — — — PROCEDURES
STANDING SEAM METAL CAP
SCUPPER - TYP. EXT. ELEVATION /
NOT TO SCALE / / \ STRIP IN PLY HOT AIR WELD TO
SHEET AROUND PENETRATION
CUT EXCESS CIF FROM
PERIMETER OF SCUPPER
REFER TO PARAPET DETAIL / -
FOR FURTHER COPING AND / / / ® - S FIBER CANT STRIP AS
SPEC. CONT. ALONG
FLASHING INFORMATION / - -
WALL WHERE SCUPPER
OCCURS
EXTEND BASE FLASHING INTO
SCUPPER AT MIN. OF 3- ON
BOTTOM AND SEAL ALL SIDES
\
/
WITH STRUCTURAL SEALANT
I
FIELD SOLDER AROUND
/
ENTIRE FACE CONNECTION
OF SCUPPER BOTH SIDES
/
BASE FLASHING AS PER
- - - ROOFING SPEC.
/
D
�
EXTEND FLASHING1 - - -�
UP AND OVER WOOD / / HOT AIR WELD
BLOCKING _ .r \ - TO FIELD OF
SET SCUPPER IN a `^ s - _' / - ROOF
FULL BED OF MASTIC
PRIME WALL AS
SPECIFIED ABRADE AND PRIME METAL
24 GAUGE PRE -FINISHED FLANGE
SCUPPER AS SPEC. - SHOP
FABRICATED - SOLDER ALL
JOINTS CONT. TO ENSURE
WATER TIGHTNESS
HEM EDGE OF
FLANGE 314' MIN. ON
ALL SIDES
WALL SYSTEM TO
REMAIN
MULTIPLE -PLY BUILT UP
ROOF MEMBRANE AS
SPEC. - REF. TYP. DETAIL
0
.... W...... GTON..
CITY OF LUBBOCK R2.09
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
DETAIL NAME: THROUGH WALL SCUPPER
MMK PROJECT NO: 20150127-48
Copyright 2014 by Arrnko Industries
F - 6498 DRAWN BY: RW
TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 03/18/15
F-
0
w
z_
N =
g
LL
WOOD
AND C
WOQa \JAIY 1 1
BRACE CURB
PLAQUE TO BE PLACED ON
UNDERSIDE OF HATCH
INSULATED ROOF HATCH AS
SPEC.
SELF -ADHERED GASKET AS
SPEC.
HIGH -DOMED, CAPPED,
GASKETED FASTENERS
(APPROX. 18" O.C., DEPENDING
UPON WIND ZONE AND LOCAL
CONDITIONS; MINIMUM TWO
FASTENERS PER SIDE)
REMOVABLE SHEET METAL
COUNTERFLASHING
FASTENERS APPROX. 8" O.C.
THERMOPLASTIC FLASHING
AS SPEC.
EXTEND FIELD PLIES ABOVE
HEAD OF CANT STRIP
THERMOPLASTIC FIELD
SHEET AS SPEC.
MULTIPLE -PLY BUILT UP ROOF
SYSTEM AS SPEC.
COVERBOARD INSULATION
AS SPEC.
THERMAL INSULATION
AS SPEC.
BASE SHEET AS
SPEC. IF REQUIRED -1
ROOF DECK l0e,
RONALO C. WHRTINCTON
316:t5
CITY OF LUBBOCK R2.10
PATTERSON BRANCH LIBRARY (ROOF REPLACEMENT) OF
1836 PARKWAY DRIVE
LUBBOCK, TX 10
DETAIL NAME: ROOF HATCH FLASHING
AMK0z PROJECT NO: 20150127-48
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 03/18/15 DRAWN BY: RW
F - 6498
Paae Intentionally Left Blank
OSC
OSC RW
OSC
C�
w
�
W
ME/G
OVERALL ROOF PLAN
NOT TO SCALE
No Text