Loading...
HomeMy WebLinkAboutResolution - 2012-R0092 - Contract - CS Advantage USAA Inc.- Civic Center Roof Replacement - 03/06/2012Resolution No. 2012—R0092 March 6, 2012 Item No. 5.15 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. 10495 for Lubbock Memorial Civic Center physical plant roof replacement, by and between the City of Lubbock and CS Advantage USAA, Inc. of College Station, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on March 6, 2012 TOM M RTIN, MAYOR ATTEST: Rebe •a Garza, City Secretary APPROVED AS TO CONT V Scott Snider, Assistant City Manager Community Services APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-CS Advantage USAA, Inc. February 9, 2012 I� 1; r ` BOND CHECK BEST RATING _ LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: March 6, 2012 CITY OF LUBBOCK SPECIFICATIONS FOR Lubbock Memorial Civic Center Physical Plant Roof Replacement ITB # 12-10495-CI CONTRACT # 10495 PROJECT NUMBER: 91195.9226 Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. Or, at bidder's expense, obtained from the Reproduction Company www.thereproductioncompany.com (806) 763-7770. 4 LAIF4-0;-�� of lubbock LFMd t CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE Page Intentionally Left Blank ADDEDNUM(S) v Page Intentionally Left Blank Hi I ITB 12-10495-CI Addendum No. 1 of bbocki TEXAS DATE ISSUED: ADDENDUM #1 Lubbock Memorial Civic Center Physical Plant Roof Replacement ITB 12-10495-CI January 26, 2012 ORIGINAL CLOSE DATE & TIME: February 1, 2012 @ 3:00 p.m. NEW CLOSE DATE & TIME: February 8, 2012 @ 3:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1. The close date has been extended to Wednesday, February 8, 2012 at 3:00 p.m. 2. The Bid Form has been revised and must be submitted with the bid. The revised bid form is attached to this addendum. 3. On January 1, 2012, SB 425 passed and was signed into law. Agents will no longer be able to sign the Insurance Affidavit in the bid packets. The Insurance Affidavit Form has been revised requesting that only the Contractor sign and share the insurance requirements with the Insurance Agent/Broker. This form shall be submitted with the bid. The revised form is attached to this addendum. 4. The Engineers' Addendum Number 1 is attached. 5. Add under General Conditions of the Agreement, Section 44, Final Completion and Payment, z "The Contractor shall provide a two (2) year contractor's warranty and twenty (20) year manufacturer's NDL warranty for this project." 6. The bidder acknowledges that estimated quantities are not guaranteed. Bidders must satisfy themselves by personal examination of the site of the work and by such other means as they may wish, as to the actual conditions there existing, the character and requirements of the work, and the d accuracy of all estimated quantities stated in the bid. 7. The City of Lubbock will waive the tipping fee to the awarded contractor who brings construction and demolition materials to the City of Lubbock, Abernathy Landfill, if the contractor references this project and contract number. Any loads containing asbestos material shall be disposed of in accordance with the City's specifications and all federal, state, and local laws and regulations. The Contractor must provide the manifest for all asbestos related disposals. ITB 12-10495-CI Addendum No. I All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Corey Isaacs Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to cisaacsna?mylubbock.us THANK YOU, ea" *7"4 d Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements etc., or any combinations thereoff, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB 12-10495-CI Addendum No. 1 **********REVISED********** BID SUBMITTAL FORM LUMP SUM BID CONTRACT DATE: ITB 12-10495-CI — Lubbock Memorial Civic Center Physical Plant Roof Replacement Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner): The Bidder, in compliance with your Invitation to Bid for the construction of Lubbock Memorial Civic Center Physical Plant Roof Replacement, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID ITEM NO. DESCRIPTION LUMP SUM COST 1. Work shall include tear off of approximately 8,660 square feet of existing $ built-up roof assembly down to existing gypsum substrate in the locations noted on the project drawings, remove and replace approximately 1,200 square foot of existing gypsum deck. Install an approximately 8,660 square foot ballasted four -ply roof system as indicated in the specifications. The roof shall be installed in accordance with the specifications and in strict accordance with the manufacturer's recommended procedures. The new metal flashings and other sheet metal accessories are to comply with the requirements in the specifications. ADDITIVE Al-l. 1 SF Remove and replace damaged gypsum decking (nominal thickness of 2-1/4") per square foot for area found over and beyond original 1,200 sq. ft. in the lump sum bid. TOTAL ITEM # Al-1: $ /SF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials I Page Intentionally Left Blank LJ; ITB 12-10495-CI Addendum No. 1 REVISED CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid ii I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. Contractor (Original Signature) CONTRACTOR'S BUSINESS NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: Contractor (Print) NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. 11 ITB 12-14495-CI, Lubbock Memorial Civic Center Physical Plant Roof Replacement Page Intentionally Left Blank ITB 12-10495-CI Addendum No. I a /Umko Industries, Inc. Texas Registered Fngineering Fitm F-006498 Addendum Date: Janurary 26, 2012 ADDENDUM ONE (1) Lubbock Memorial Civic Center Physical Plant Roof Replacement Project City of Lubbock Lubbock, Texas ITB # 12-10495-CI CONTRACT # 10495 PROJECT NUMBER: 91195.9226 z C4 L.U.0 Z 7302 82na St. Suite 14 Lubbock, TX 79424 806.833,6953 / FAX 806.833.8539 www.armko.corg Texas Registered Engineering Firm #6498 Issue to: All registercd plan holders A. NOTICE TO BIDDER: I . This addendum is issued pursuant to the Conditions of the Contract and is hereby made part of the Contract Documents. The addendum serves to clarify, revise, and supersede information in the Project Manual, the Drawings, and previously issued Addenda. B. CHANGES TO SPECIFICATION SECTIONS l . Delete project specifications in its entirety and replace with the attached Specification dated January 26, 2012. END OF ADDENDUM ONE (1) ADDENDUM ONE (1) I Page Intentionally Left Blank a ITB 12-10495-CI Addendum No. 1 Project Manual for LUBBOCK MEMORIAL CIVIC CENTER PHYSICAL PLANT ROOF REPLACEMENT Armko Industries, Inc. Texas Registered Engineering Firm F-006498 Z 7302 82ND Street, Suite 14 Lubbock, TX 794424 Tel 806.833.6953 Fax 806.833.8539 CITY OF LUBBOCK LUBBOCK, TEXAS September 14, 2011 Project Number 20110914-48 Set Number ITB 12-10495-CI Addendum No. I PHYSICAL PLANT LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK LUBBOCK, TEXAS ARMKO INDUSTRIES, INC. LUBBOCK, TEXAS September 14, 2011 TABLE OF CONTENTS Ell Armko Industries, Inc. Texas Registered Engineering Firm F-006498 DIVISION 01 GENERAL NO. OF PAGES 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 509 Four Ply Built-up Roof Membrane 1 thru 21 591 Membrane Reroofing Preparation 1 thru 8 620 Sheet Metal and Miscellaneous Accessories 1 thru 8 DIVISIONS 08 thru 15 Not Used ROOF PLAN DETAIL DRAWINGS A2.01 Low Parapet Wall Detail A2.02 Vent Stack Flashing Detail A2.03 Pitch Pan Flashing Detail A2.04 HVAC Curb Flashing Detail A2.05 Roof Drain Detail ITB 12-10495-CI Addendum No. 1 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. B. Related Sections include the following: 1. Division 1 Section "Unit Prices" for procedures for unit prices for extra photographs. 1.03 ALLOWANCE A. Costs: Photographer's services are included under the cash allowance for construction photographs established in Division 1 Section "Allowances." 1.04 SUBMITTALS A. Qualification Data: For photographer. B. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph or videotape. Indicate elevation or story of construction. Include same label information as corresponding set of photographs or videotape. PART 2-PRODUCTS 2.01 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in uncompressed TIFF format, produced by a digital camera with minimum sensor size of 4.0 megapixels. PART 3 - EXECUTION 3.01 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. ITB 12-10495-CI Addendum No. I B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1. Date and Time: Include date and time in filename for each image. 2. Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to Architect and Owner. C. Preconstruction Photographs: Before starting construction, take digital photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect and Construction Manager. 1. Take eight (8) photographs to show existing conditions adjacent to property before starting the Work. 2. Take eight (8) photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 3. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. END OF SECTION 01322 t.l ITB 12-10495-CI Addendum No. 1 SECTION 01330 SUBMITTALS AND SUBSTITUTIONS PART 1 — GENERAL ' 1.01 DESCRIPTION A. Work includes: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. 1. Throughout the Work, seal and caulk joints where shown on the Drawings and/or as required by the Architect/Project Manager to provide and maintain watertight and airtight continuous seals. 1.02 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. B. Substitutions 1. The contract is based on the standards of quality established in the Contract Documents. Substitutions will be considered only when listed at time of bidding, on the form provided in the bidding documents, and when substantiated by the Contractor's submittal of required data within 35 calendar days after award of the Contract. 2. The following products do not require further approval except for interface within the work: a. Products specified by reference to standard specifications such as ASTM and similar standards. b. Products specified by manufacturer's name and catalog model number. 3. Where any material is specified by proprietary name, trade name, name of manufacturer, generic name, or catalog number with the addition of such expressions as "or equal"/"or approved equal", it is understood that the material named is intended and no substitution will be allowed without written approval by the Owner's representative three (3) calendar days prior to proposal due date. 4. Should a specified material not be available, a substitution shall require approval (in writing) of the Owner's representative and the roof system manufacturer issuing the warranty before being utilized on this project. 5. Unless otherwise indicated, the materials to be used in this specification are those specified and denote the type, quality, performance, etc. required. All proposals shall be based upon the use of specified material. 6. Do not substitute materials, equipment, or methods unless substitution has been specifically approved in writing for this work by the Architect/Project Manager. ITB 12-10495-CI Addendum No. I 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, a 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 4 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 1 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. ITB 12-10495-CI Addendum No. 1 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. 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. ITB 12-10495-CI Addendum No. 1 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 1 ITB 12-10495-CI Addendum No. I SECTION 06105 MISCELLANEOUS CARPENTRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. 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. 4. Powder -actuated fasteners. ITB 12-10495-CI Addendum No. 1 5. Expansion anchors. 6. Metal framing anchors. 1.05 QUALITY ASSURANCE A. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2, "Principles and Criteria": 1. Dimension lumber. 2. Miscellaneous lumber. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.01 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 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 LJ 3. Thickness: As needed to comply with requirements specified but not less than thickness indicated. 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. f ITB 12-10495-CI I Addendum No. 1 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 ofj 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. 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 or 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. 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 grade and any of the following species: 1. Mixed southern pine; SPIB. 2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA. 4. Eastern softwoods; NELMA. 5. Northern species; NLGA. 6. Western woods; WCLIB or WWPA. ITB 12-10495-CI Addendum No. 1 i C. Other Framing: Construction, Stud, or No. 2 grade and any of the following species: 1. Douglas fir -larch; WCLIB or WWPA. 2. Douglas fir -south; WWPA. 3. Douglas fir -larch (north); NLGA. 4. Hem -fir; WCLIB or WWPA. 5. Hem -fir (north); NLGA. 6. Southern pine; SPIB. 7. Mixed southern pine; SPIB. 8. Spruce -pine -fir (south); NELMA, WCLIB, or WWPA. 9. Spruce -pine -fir; NLGA. 2.04 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including the following: 1. Rooftop equipment bases and support curbs. 2. Blocking. 3. Cants. 4. Nailers. 5. Furring. 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 f _1 I content and any of the following species and grades: 1. Mixed southern pine, No. 2 grade; SPIB. 2. Hem -fir or Hem -fir (north), Construction or 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or Spruce -pine -fir, Construction or 2 Common grade; NELMA, NLGA, WCLIB, or WWPA. 4. Eastern softwoods, No. 2 Common grade; NELMA. 5. Northern species, No. 2 Common grade; NLGA. ITB 12-10495-CI Addendum No. 1 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 818.6.1. E. Screws for Fastening to Cold -Formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. F. Lag Bolts: ASME B18.2.1. (ASME B18.2.3.8M). G. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon -steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). 2.06 METAL FRAMING ANCHORS 1. General: Provide galvanized steel framing anchors of structural capacity, type, and size indicated and acceptable to authorities having jurisdiction. 2. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653/A 653M, G60 (Z180) coating designation. PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. t ITB 12-10495-CI Addendum No. 1 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 rij, 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 ITB 12-10495-CI Addendum No. 1 SECTION 07509 FOUR -PLY BUILT-UP ROOFING PART 1 - GENERAL 1.01 SECTION INCLUDES A. New built-up roofing and related membrane and penetration flashings. 1.02 AREAS INCLUDED A. Low Slope Built-up Roof Areas on the Physical Plant — Lubbock Memorial Civic Center. 1.03 INSTALLER QUALIFICATIONS A. Roofing installer must be: 1. Currently prequalified with the Owner in accordance with Owner's prequalification requirements. 2. Currently in good standing with the manufacturer. 3. Installer must be an experienced single firm specializing in the type of roofing repair and/or removal and replacement work required, employing only experienced workers for the class of work in which they are employed, having at least five (5) years successful experience on projects similar in size and scope and acceptable as applicators by the Owner's representative. 4. Contractor must have successfully completed previous projects warranted by the manufacturer. B. It shall remain each Bidder's responsibility to determine his current status with the manufacturer's certification plan. 1.04 QUALITY ASSURANCE A. Testing Laboratory Services: Test results shall meet or exceed established standards. B. Underwriters Laboratories, Inc. (Roofing Covering): Class A fire hazard classification. C. Comply with governing local, state, and federal regulations, safety standards, and codes. D. Regulatory Requirements: 1. System shall be classified by Underwriters Laboratories Inc., UL 790, as class A roof covering. 2. Follow local, state, and federal requirements, safety standards, and codes. 3. Refer to applicable building codes for roofing system installation requirements and limitations. When conflict exists, the more restrictive document will govern. E. Pre -installation Conference: 1. Prior to roofing installation, conduct pre -installation conference at project site. 2. Attendance: Owner, Consultant, Contractor, project superintendent, roof applicator, and roof manufacturer's technical representative. ITB 12-10495-CI Addendum No. 1 3. Agenda: a) Scheduling of roofing operation. b) Daily production anticipated. c) Designation of key individuals and their respective responsibilities. d) Processing procedures of field and change orders. e) Review of staging and material storage locations. f) Accommodations for temporary services (water, power). g) Coordination of work by other trades. h) Protection of completed roofing. i) Emergency rain protection procedures. j) Discussion of process for manufacture's inspection and acceptance of completed roofing and flashings. k) Manufacturer's deck inspection to be performed. F. Installation: 1. Installation shall be in accordance with procedures and standards set forth by National Roofing Contractors Association. 2. Installation shall be in accordance with manufacturer's current published application procedures and general recommendations of National Roofing Contractor's Association. Follow Underwriters Laboratories' requirements acceptable for use with �g specified products or systems. 3. Roofing shall be as described in this section and shall be provided and approved by roof system manufacturer. Materials not manufactured or provided by manufacturer shall have written approval from manufacturer stating that materials are acceptable and are compatible with other materials and systems required. G. There shall be no deviations made from manufacturer's published specification, this specification, or approved shop drawings without prior written approval of Owner's , representative and Roof Membrane Manufacturer. H. Perform work on this section in accordance with best standards of practice relating to trades involved. I. Pullout Tests: Conduct pullout test on deck using appropriate fastener prior to roof system installation. Submit pullout results for manufacturer's review to determine specific fastening pattern for this project, minimum uplift requirements shall conform to current ASCE 7 criteria. J. Material Manufacturer's Inspection Paid for By Contractor: Minimum of two inspections shall be made during Project schedule by authorized representative of roof system manufacturer to ensure that said Project is installed in accordance with manufacturer's requirements. Manufacturer shall provide written report to the Owner's representative within five days of each inspection stating acceptance of Contractor procedures and outlining items of non-compliance with manufacturer's requirements. K. Material Manufacturer's Final Inspection: 1. Manufacturer's authorized representative shall provide final inspection at completion of project to ensure that project has been completed in accordance with manufacturer's requirements. Upon approval and acceptance of project, ; manufacturer's warranty certification shall be written, executed, and furnished to Owner. i 1 � ITB 12-10495-CI Addendum No. I 2. Contractor shall pay for manufacturer's final inspection and additional inspections. 1.05 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D41-85 Asphalt Primer Used in Roofing and Waterproofing 2. D312-89 Asphalt Used in Roofing 3. D 1863-86 Mineral Aggregate Used on Built-up Roofs 4. D 2178-89 Asphalt Glass (Felt) Used in Roofing and Waterproofing 5. D 2824-85 Aluminum - Pigmented Asphalt Roof Coatings 6. D 4586-86 Asphalt Roof Cement, Asbestos Free B. Federal Specifications (FS): FF-S-325 Shield, Expansion; Nail, Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry) C. Industry Standards: 1. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing Manual 2. National Roofing Contractor's Association (NRCA) - Technical Developments Bulletin 2-91 3. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) - Architectural Sheet Metal Manual 4. American Society of Civil Engineers — ASCE 7 1.06 SUBMITTALS A. Comply with Section 1330 for all submittals on this project. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original, unopened containers and rolls with all labels intact and legible including labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. B. Manufacturer's packaging and/or -roll plastic is not acceptable for exterior storage. Tarpaulin with grommets shall be minimum acceptable for exterior coverings. All materials stored as above shall be minimum of four inches (4") off the substrate, and the tarpaulin tied off with rope. C. Deliver materials requiring fire resistance classification to the job with labels attached and packaged as required by labeling service. D. Deliver materials in sufficient quantity to allow continuity of work. E. Handle and store material and equipment in such a manner as to avoid damage. Liquid products shall be delivered sealed, in original containers. F. Handle rolled goods so as to prevent damage to edge or ends. ITB 12-10495-CI Addendum No. 1 G. Select and operate material handling equipment so as not to damage existing construction or applied roofing. H. Moisture -sensitive products shall be maintained in dry storage areas and properly covered. Provide continuous protection of materials against wetting and moisture absorption. Store roofing and flashing materials on clean raised platforms with weather protective covering when stored outdoors. 1. Store rolled goods on end. J. Protect materials against damage by construction traffic. K. The proper storage of materials is the sole responsibility of the contractor and any wet or damaged roofing materials shall be discarded, removed from the project site, and replaced prior to application. L. Comply with fire and safety regulations, especially with materials which are extremely flammable and/or toxic. Use safety precautions indicated on labels. M. Products liable, such as emulsions, to degrade as a result of being frozen shall be maintained above 400 F in heated storage. N. No storage of materials shall be permitted on roof areas other than those materials that are to be installed the same day. Any exception must be in written form. O. The contractor is to erect a temporary chain link fence, minimum six feet (6) in height, around work area stage and kettles. Fence is to be secured on a daily basis. 1.08 SITE CONDITIONS A. Job Condition Requirements: 1. Coordinate the work of the contractor with the work to be performed by the Owner's personnel, to ensure proper sequencing of the entire work. The Owner's personnel will be erecting interior protection for equipment, if required. The contractor is to schedule his work so that adequate time is allowed for the Owner's personnel to perform this work. No roof work shall be performed until the Owner's personnel have completed erection of the interior protection in that area. 2. Apply roofing in dry weather. 3. Do not apply roofing when ambient temperature is below 400 F (40 C). 4. Proceed with roofing work only when weather conditions are in compliance with manufacturer's recommended limitations, and when conditions will permit the work to proceed in accordance with specifications. 5. For further information regarding roofing material manufacturer's recommendations for project conditions, refer to the manufacturer's published application manual. 6. Schedule the work so the building will be left watertight at the end of each day. Do not remove more roofing or insulation material than can be reinstalled in any working day. ITB 12-10495-CI Addendum No. 1 7. Phased application of roofing plies is not recommended. However, if conditions do not allow installation of the complete roof membrane and the area must be left exposed overnight, it is recommended that the incomplete membrane be visually inspected and sealed with hot bitumen before leaving the work area for the night. A glaze coat of hot asphalt should be applied in a relatively thin film. The surface should be dry and clean before installing additional plies. 8. 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. 9. 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. 10. The contractor is to be aware of the potential for roof leaks on the existing roof as a result of ruptured blisters and/or roof mat damage caused by the vacuum process, foot traffic, or material and equipment storage. The contractor is to take all necessary precautions to prevent damage to the existing roof. All damage to the existing roof that could result in roof leaks is to be repaired on a daily basis by the roofing contractor. 11. 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. 12. Follow insurance underwriter's requirements acceptable for use with specified products or systems. 13. 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. 14. All kettles shall have an automatic thermostat control, and temperature gauge, all in working order. 15. 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. 16. Surface and air temperatures should be a minimum 45° F during applications of cleaner and waterproof coating and remain above 45° F for a minimum of four (4) hours following applications. Verify compatibility of cleaner with coatings, paints, primers and joint sealers specified. Advise Owner's representative of any problems in this regard prior to commencing cleaning operations. 17. 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. ITB 12-10495-CI Addendum No. 1 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. ITB 12-10495-CI Addendum No. 1 r 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 j suitable scrap chute or hoist must be used to lower any debris. At completion, all work areas shall be left broom clean and all contractor's equipment and materials removed from the site. 3. All bituminous or roofing related materials shall be removed from ladders, stairs, railings, and similar parts of the building. 4. Debris shall be deposited at an approved disposal site. 1.09 SEQUENCING AND SCHEDULING A. Coordinate roofing schedule with work of other trades. B. Plan lay up roofing membrane with respect to deck slope. Avoid situations where excessive drainage could pass into completed roofing. C. Maintain communication with roofing manufacturer's representative to inform of progress and to schedule periodic sample testing. D. All penetrations shall be made in roof prior to beginning with roof installation. 1.10 WARRANTY A. Roofing - Manufacturer: Project shall be installed in such a manner that the roofing Y material manufacturer will furnish a written twenty (20) year NDL type warranty from the date of substantial completion of the completed project. B. Roofing - Contractor: The contractor, jointly with any subcontractors employed by him, shall guarantee the work required and performed under this contract will be free from defects in workmanship and materials, and that the building will be and remain waterproof for a two (2) year warranty period, after the Owner accepts the work as substantially complete. The warranty shall be in approved notarized written form, to obligate the contractor and his subcontractors, if any, to make good the requirements of the warranty. C. Warranty repairs shall be performed by a certified installer. The repairs shall be performed in accordance with the manufacturer's written instructions and recommended procedures so as to not void the warranty. Repair of the system, including materials and labor, shall be done at no cost to the Owner. D. During the proposal period each Bidder shall make arrangements with the material manufacturer to provide the required warranty. ITB 12-10495-CI Addendum No. 1 PART 2 - PRODUCTS 2.01 GENERAL A. All materials shall be furnished, specified, or approved in writing by the manufacturer issuing the warranty. B. Acceptable Manufacturer(s): GAF, Tamko Roofing Products, Inc., or approved equal. C. Samples of all materials used on the project, which are not supplied by the membrane manufacturer, shall be submitted to the membrane manufacturer for written approval prior to work starting. D. No asbestos containing materials shall be used on job site or incorporated into work. 2.02 PLY SHEETS A. Continuous strand glass fiber mat bonded together with resinous binder and coated with weathering grade asphalt; complies with requirements of ASTM D2178, Type VI or approved equal. 2.03 FLASHING MEMBRANE A. Granule surfaced modified bitumen flashing materials with polyester reinforced SBS (styrene butadiene styrene -rubber); suitable for mop application with hot asphalt such as Ruberoid 30FR by GAF, Inc., or approved equal. B. Thickness: 110 mils minimum. C. Color: White. 2.04 BITUMEN A. Shall be ASTM D 312, Type IV extra steep asphalt, and as acceptable by roofing manufacturer to comply with warranty requirements 2.05 FELTS A. Shall be Underwriters Laboratory approved and listed in the FM Global Approval Guide. B. Shall be venting base sheet, Type G-2, with 5/8" perforations on three inch (3") centers meeting ASTM D 4897 Type II and ASTM D 3672 Type II, listed in FM Global Approval Guide, Gafglass Stratovent (Vent -Ply) Perforated, as manufactured by GAF Corporation, or approved equal. C. Shall be Type VI fiberglass, Premier ply sheet, Underwriters Laboratory Type G-1, meeting Federal Specification No. SS-R-62013, ASTM D 2178, Type III, as manufactured by GAF Corporation, or approved equal. ITB 12-10495-CI Addendum No. 1 2.06 FASTENERS A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide, and be as recommended by the fastener manufacturer for the specific application. B. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless steel nail, one piece unit, flat head, as manufactured by Rawl Zamac Nailin, or approved equal. C. Fastener for Gypsum Concrete Deck: Shall be a split shank, one piece fastener, to be used with a two and three -fourths inch (2-3/4") bilateral metal plate, both G-90 galvanized, as manufactured by Olympic Fasteners, or approved equal. Fasteners and plates shall be listed in the FM Global Approval Guide. 2.07 ROOFING AGGREGATE A. ASTM D 1863 covers the quality and grading of crushed stone and water worn gravel suitable for use as coarse mineral aggregate. B. General Characteristics of Crushed Stone and Gravel: The stone and gravel at the time of application shall be hard, durable, surface dry (up to 2% by weight moisture content), free of clay, loam, sand, or other foreign substances, and shall conform to size grading and property requirements. C. Grading: The aggregate shall conform to sieve analysis as follows: Sieve Total Passing 3/4" 100 1/2" 90 to 100 3/8" 40 to 70 No. 4 0 to 15 No. 8 0 to 5 D. Physical Property Requirements: Moisture, crushed stone and gravel 2.0% max. Unit Weight (loose) 60 lbs./cu. ft., min. Dust 0.5% max. Hardness, amount passing 20% max. No. 5 (3.36 mm) sieve when tested in accordance with ASTM D 1865 2.08 CANT STRIP A. Shall be wood fiber where used for non-structural purposes. Shall be treated solid wood where used for structural purposes meeting NRCA, FM Global and Underwriters Laboratory guidelines. If solid wood cant is used where insulation exists, cant is to be toe nailed into treated solid wood nailer the same height as insulation. i► � •i�l.7.r.� A. All nailers, cants and wooden curbs shall be treated lumber as required by NRCA, FM Global and Underwriters Laboratory guidelines. ITB 12-10495-CI Addendum No. 1 2.10 CAULKS a 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) as manufactured by Sonneborn (RC-708), or approved equal. 2.11 LEAD JACKS A. Shall be four pound (4#) lead, and of dimensions required to completely cover existing plumbing stack. 2.12 LEAD FLASHING DRAINS A. Shall be four pound (4#) lead, minimum thirty-six inches by thirty-six inches (36" x 36"), used for flashing of internal drains. 2.13 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, as manufactured by Sonneborn (RC-710), or approved equal. 2.14 ALUMINUM ROOF COATING A. Fibered aluminum roof coating containing three pounds (3#) per gallon of aluminum paste pigment, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification TTC-498C ASTM D 2824 - 85, Type I II Flash Point (ASTM D 93) 100° F (38° C) Min. Weight per gallon (approximate) 9.5 lbs. Drying time Overnight Viscosity @ 80° F (27" C) (ASTM D 562) 120-145 K.U. • Non -Volatile (Fed. Test Method 141) 55% Min. • Specially Processed Asphalt 25% Min. % Polished Aluminum Leafing Paste 32% Type of Aluminum Paste, TT P-320D, Type 11 Class B % Total Solids, by Volume 38% Film Thickness of 1 gal./100 sq. ft. (Less absorption by surface) 6 Mils Service Temperature, Extended Exposure -20° to +1800 F (-29° to +82° C) Resistance to Oils, Solvents & Chemicals Poor Resistance to Sunlight Excellent Effects of Weathering Very Slow Erosion Water Resistance Under Good Drainage Conditions Excellent Under Continuous Submersion Poor ITB 12-10495-CI Addendum No. 1 2.15 ASPHALT PLASTIC ROOF CEMENT A. Trowel -applied mastic used to repair blisters, splits, and flanges on gravel stops, stacks, vents, and similar applications, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification ASTM Flash Point Weight per gallon (approximate) Viscosity @ 80° F (ASTM D 217) • Non -Volatile (Fed. Test Method 141) • Specially Processed Bitumen • Total Solids, by Volume Dry film thickness of 1 gal./15 sq. ft. Drying time Service Temperature, Extended Exposure Resistance to Oils & Solvents Resistance to Sunlight Resistance to Chemicals Effects of Weathering Water Resistance Under Good Drainage Conditions Under Continuous Submersion 2.16 ASPHALT ROOF PRIMER SS-C-153C, Type I D 4586 105° F 11 lbs. 270-330 70% Min. 30% Min. 75% Min. 85 Mils 2 to 3 days -200 to +1500 F Poor Good Good Slight chalking Excellent Fair A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, Handi-Gard RC-114, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification SS-A-701 B ASTM D 41 Flash Point 105° F Viscosity at 800 F (ASTM D 217) 50-60 K.U. Weight per gallon 7.4 pounds Drying time (to touch) Min. 4 hours 2.17 FIBERGLASS COATED MEMBRANE A. A non -rotting, non -absorbent woven fiberglass membrane having a vinyl coating designed for membrane reinforcement for all roof repairs. Compatible with either tar or asphalt bitumens, having ten (10) open -weave squares per inch. ITB 12-10495-CI Addendum No. 1 2.18 ASPHALT FLASHING CEMENT A. Designed for laying -up cold process roof membrane flashings where fast -setting adhesive is required, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification SS-C-153C, Type I-' ASTM D 4586 Flash Point 105- F (41° C) Weight per gallon (approximate) 10.8 lbs. Viscosity @ 77° F (25° C) (ASTM D 217) 230-330 % Non -Volatile (Fed. Test Method 141) 68% Min. % Specially Processed Bitumen 42% Min. % Total Solids, by Volume 60% Min. Cured film thickness of 1 gal./15 sq. ft. 75 Mils - Drying time 2 to 3 days Service Temperature, Extended Exposure -40° to +180° F Resistance to Oils & Solvents Poor Resistance to Sunlight Good Resistance to Chemicals Good Effects of Weathering Slight chalking Water Resistance Under Good Drainage Conditions Excellent Under Continuous Submersion Fair 2.19 ICE AND WATER SHIELD A. A premium heavyweight, self -adhering underlayment, to use as an ice and water shield, such as: All Climate as manufactured by Elk Premium Building Products; Tamko TW Metal and Tile Underlayment as manufactured by Tamko Roofing Products, Inc.; or Vycor Ultra, as manufactured by Grace Construction Products; or approved equal. 2.20 MULTI -COMPONENT POLYURETHANE SEALANT A. Except as otherwise indicated, provide manufacturer's standard, non -modified, 2-or-more-part, polyurethane -based, elastomeric sealant; complying with either H ASTM C 920, Type M, Class 25, or FS TT-S-00227E, Class A; self -leveling grade/type where used in joints of surfaces subject to traffic, otherwise non -sag grade/type, as manufactured by Sonneborn, or approved equal. FI B. Durability: Less than 0.5 square inch adhesion/cohesion loss for three (3) samples of both mortar and aluminum; ASTM C 719 test procedure. C. Adhesion in Peel: Fifteen pound (15#) peel strength and 10% maximum loss of bond to substrate; ASTM C 794. € -, D. Bituminous Modification: Where joint surfaces contain or are contaminated with bituminous materials, provide manufacturer's modified type sealant which is compatible with joint surfaces (modified with coal -tar or asphalt as required). L 2.21 MISCELLANEOUS MATERIALS A. Other materials shall be as specified or of the best grade for the proposed use as recommended by the manufacturer. __ ITB 12-10495-CI ` Addendum No. I PART 3 — EXECUTION 3.01 GENERAL A. The manufacturer's Technical Specifications and current NRCA, Underwriters Laboratory and IBC guidelines shall be considered a part of this specification and should be referred to for more specific application procedures and recommendations. B. Application of materials shall be in strict accordance with the manufacturer's recommendations and current NRCA, Underwriters Laboratory and IBC guidelines, except where more stringent requirements are shown or specified. In the instance of a conflict between these specifications and those of the manufacturer and/or current NRCA, Underwriters Laboratory and IBC guidelines, the more stringent specifications shall take precedence. C. Perform work of this Section in accordance with best standards of practice relating to trades involved. D. Follow local, state and federal regulations, safety standards and codes. When conflict exists, the more restrictive document shall govern. E. Follow insurance underwriter's requirements acceptable for use with specified products or systems. F. Do not apply roofing materials unless asphalt application temperatures can be maintained within the equiviscous temperature (EVT) range; or when water in any form (i.e., rain, dew, ice, frost, snow, etc.) is present on the deck. Do not heat asphalt above finished blowing temperature, flash point or 525 degrees Fahrenheit. 1. The equiviscous temperature (EVT) is defined by the NRCA as the temperature at which a bitumen attains the proper viscosity for built-up membrane application. 2. The EVT range is defined by the NRCA as the recommended bitumen application temperature range. The range is approximately 25 degrees Fahrenheit above or below the EVT. The EVT range is measured in the mop cart or mechanical spreader just prior to the application of bitumen to the substrate. 3. The proper viscosity for mop application is 125 centipoise. The proper viscosity for mechanical spreader application is 75 centipoise. If both mop and mechanical application is used, the proper viscosity for both is 75 centipoise. G. Consider roof system manufacturer's technical specifications part of this specification and use as reference for specific application procedures and recommendations. H. Complete roofing, flashing, sheet metal, and other related items daily with exception taken to flood coat and aggregate. 3.02 EXAMINATION OF SURFACES A. Examine roof deck and related surfaces, and verify that there are not conditions such as inadequate anchorage, foreign materials, moisture, ridges, or other conditions which would prevent satisfactory installation of roofing system. ITB 12-10495-CI �i Addendum No. 1 B. Correct conditions requiring correction or completion prior to installation of roofing system. Notify Owner's representative (Owner's representative, Contractor Officer) of unacceptable conditions. C. Do not proceed until defects are corrected. D. Verify location of interior ducts, electrical lines, piping, conduit, an similar obstructions. Perform work in manner to avoid contact with above mentioned items. E. Verify debris has been removed. F. Start of work under this Part Three constitutes acceptance of deck substrate and site conditions by roofing contractor. 3.03 SUBSTRATE PREPARATION A. Comply with Section 07591 Roof Substrate Preparation. 3.04 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of ACM roof materials takes place. The following procedures are to be followed as a minimum: A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes, picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating wedge to tear roofing materials. Breaking and/or slicing of material is permitted. Sanding, grinding or abrading during handling is not permitted. B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape. C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition. h` D. Ensure employees have received OSHA required training in asbestos removal and health hazards associated with exposure to airborne asbestos fibers. E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden sprayer or water hose with spray nozzle. F. Perform personal and area air monitoring for at least the first three (3) days of the project in accordance with 29 CFR 1910.1001. Monitoring shall be done by either: 1) in-house certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified outside source. Ll G. Asbestos Warning signs and tape shall be posted in tear -off area. H. Based on air monitoring results, the contractor MUST execute a Written Negative Y Exposure Assessment Determination and keep on file at the project site along with air monitoring results. I ITB 12-10495-CI Addendum No. 1 I. Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must be enclosed. Disposal: Can be disposed of as construction debris at any approved landfill. 3.05 NAILERS A. 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. B. All Construction: Gravel stop and drip edge nailers shall be the same height as the new insulation being installed where required. Nailers shall be raised if necessary by anchoring an additional nailer of appropriate height to the existing nailer if the existing nailer is not to be replaced. Nailers shall be anchored to resist a pull-out force of one hundred seventy-five pounds (175#) per foot. Fasteners shall be no less than two (2) per nailer, and be spaced at three feet (3') on center maximum. Expansion joint nailers shall extend upward a minimum of eight inches (8") above finish roof height. 3.06 CANTS A. 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. 3.07 MECHANICALLY FASTENED BASE PLY A. Substrate shall be covered with a venting base sheet mechanically fastened as follows: Securement shall conform to the ASCE 7 criteria for wind uplift as dictated by wind zone applicable to location of project. Fasteners and fastening patterns shall be determined by building height, location and geographical area of the United States. It is the contractor's responsibility to consult current publications, literature, and bulletins of IBC and the fastener manufacturer that are in effect at the time of this project. 3.08 ROOF MEMBRANE INSTALLATION A. Install roof membrane materials in accordance with manufacturer's current published application instructions. B. Asphalt: Apply asphalt bitumen in accordance with EVT concept. Asphalt temperature shall be within 25 degrees of EVT at point of application. If this approximate temperature cannot be maintained at point of application, operations shall be discontinued. Asphalt shall not be heated above finished blowing temperature or maximum temperature of 525 degrees Fahrenheit. C. Embed four plies of roofing felt in shingle fashion (starter sheets required), lapping 27-1/2" into uniform moppings of steep appropriate grade hot asphalt bitumen. Plies may be left exposed as approved by roofing membrane manufacturer. ITB 12-10495-C1 Addendum No. 1 D. Apply roofing felt by rolling into hot bitumen applied by machine or hand mopping. Shingle felt in, free of buckles and fishmouths. Lay each ply so that flow of water is over or parallel to (but never against) lap. End laps shall be 6" minimum and at least 12" apart. E. Embed full 36" width of each ply in steep Type IV asphalt bitumen. Apply asphalt uniformly at nominal rate of 25 pounds per 100 square feet (minimum of 23 pounds and maximum of 45 pounds). Total asphalt requirement for each ply per square (25 pounds) is based upon 100 square feet of felt. Bitumen shall be sufficiently hot to ensure complete bond of ply to ply. F. "Brooming in" is required under normal conditions for both felt layer and hand mopping. Brooming is essential in cold weather and must be done promptly and effectively to eliminate voids and to ensure adequate adhesion. Moderately soft commercial broom or squeegee (36" wide) should be used for this purpose. Broom should be pulled while walking off felts. G. Backnailing: 1. Provide wood nailer strips secured to deck in areas where decking slope exceeds 2" per foot. 2. Nailer strips shall match thickness of roof insulation and provide securement for both insulation and roof membrane. 3. Place nailer strips and backnail roof membrane in accordance with manufacturer's recommendations based upon slope and location. H. Foot and equipment traffic over felt should be held to absolute minimum during application and until asphalt has sufficiently cooled to prevent bitumen displacement. 3.09 MODIFIED BITUMEN BASE FLASHING A. Place cant strips on top of roof insulation or nailer. Nail to deck and to wall or vertical nailer where possible. If not possible to nail, secure by applying plastic roof cement. B. Apply flashings only after built-up roofing membrane is in place. C. All flashings shall be constructed of flashings of two plies; one ply of Type IV fiberglass and one ply of modified bitumen flashing membrane. D. Cut modified bitumen flashing membrane to extend 4" minimum above top of field ply covering cant. Overall minimum height of top of flashing membrane above top of roof surface is 8"; maximum height is 14" unless otherwise noted on drawings. Flashing membrane must extend horizontally a minimum of 4" onto field of roof surface beyond bottom edge or cant strip or as shown on drawings. Side laps shall be 4" minimum and strip in vertical lamps with a 4" wide strip of fiberglass mesh embedded in flashing grade cement. E. Set felt layer and modified bitumen flashing membrane in separate mappings of hot Type IV asphalt at 25 pound per 100 square feet minimum. i ITB 12-10495-CI Addendum No. 1 i k F. Mechanically attach top edge of modified bitumen membrane flashing with screws, waterproof washers, and aluminum compression bar. Fastener spacing shall be 6" on center. Nailing top edge of modified bitumen membrane is not accepted. Three (3) course with plastic cement and fiberglass fabric to seal. G. Prime flashing surfaces with asphalt primer and permit to dry prior to application of modified bitumen membrane flashing. Apply asphalt primer at one gallon per 100 square feet minimum. H. Metal surfaces are not acceptable for application of base flashing membrane. I. Inside and Outside Corners: Cut out and install oval boot at inside and outside corners in accordance with manufacturer's requirements. J. Extend hot asphalt one-half inch (1/2") minimum beyond side, field, or end lap. K. Fully bond flashing to substrate. Ensure flashing material conforms and adheres to vertical cant and horizontal substrates. L. Add color matched mineral granules to exposed asphalt at vertical or exposed horizontal seams. M. Bond flashing materials to substrate 100 percent. 3.10 METAL FLANGE FLASHINGS A. Sheet metal flanges shall be four inches (4") wide and flat, without creases or bends. B. Set flanges in bed of plastic cement at one gallon per 100 linear foot of 4" wide flange. C. Nail flanges three inches (3") on center and stagger. D. Prime metal surfaces with asphalt primer on both sides and permit to dry prior to application of modified bitumen flashing strip. Apply asphalt primer at one gallon per 100 sq. feet minimum. E. Extend modified bitumen flashing strip 4" minimum beyond edge of sheet metal flange. 3.11 ROOF DRAIN FLASHING A. Prime drain ring and apply 3" wide bed of roof cement to rim. B. Extend all field plies beyond inside edge of clamp ring, fully imbedded in hot asphalt. C. On top of field plies, set 36" sq. sheet of 4 lb. lead in bed of plastic cement. D. Prime lead sheet and install modified bitumen sheet that extends 6" beyond lead flashing on each side. E. Install clamp ring, bolts, fasteners and strainer, tightening all bolts to obtain full compression. ITB 12-10495-CI Addendum No. I 3.12 VENT FLASHINGS A. Refer to sheet metal specification for fabrication and installation procedures. B. Refer to "METAL FLANGE FLASHINGS" of this Section for flashing procedure. 3.13 PIPE FLASHINGS A. Refer to sheet metal specification for fabrication and installation procedures. B. Refer to "METAL FLANGE FLASHINGS" of this Section for flashing procedures. 3.14 EDGING FLASHINGS A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with published instructions. B. The roof membrane shall extend over the roof edge and down to base of nailer, and be fastened six inches (6") on center. A metal edge of proper gauge and dimensions shall be mechanically fastened, using a continuous clip fastened six inches (12") on center, to the wood nailer over the membrane. The metal shall have a minimum of a three inch (3") flange, set in asphalt mastic and fastened into nailer a minimum of six inches (6") on center, and a minimum of a four inch (4") fascia (match existing). The metal edge shall have a minimum of one inch (1") gravel stop, and the bottom edge of the new metal edge shall be the same elevation as existing. 3.15 SURFACING A. Prior to surfacing, inspect roof membrane to ensure it is in watertight condition. Roof membrane shall be free of dirt, dust, and moisture with damaged areas repaired before surfacing begins. B. Manufacturer's and Owner's inspections must be performed and punch list items complete before surfacing can begin. Obtain manufacturer's and Owner's written approval before applying surfacing. C. Flood Coat: Apply uniform mopping of Type IV hot asphalt bitumen not less than 60 pounds per 100 sq. feet over roof surface. D. Gravel: 1. Do not stockpile gravel on roof for spreading. 2. Embed gravel in hot bitumen uniformly applied over roof surface at 500 lbs. per 100 sq. feet minimum with no less than 300 lbs. per 100 sq. feet adhered. 3. Gravel shall be clean and dry enough to adhere to hot bitumen flood coat when installed. 4. Apply coating to flashings which do not have factory applied mineral surface in accordance with manufacture's recommendations. ITB 12-10495-CI Addendum No. 1 3.16 PIPING/CONDUIT "CA A. Piping/conduit shall be raised to NRCA recommended heights, and new pipe supports furnished. Permanent supports shall be installed upon pads approved by membrane manufacturer. Coordinate work with Owner's representative. B. All gas lines, piping, and conduits shall be coated with commercial grade yellow paint J specified aluminum coating. A. All broken or missing roof drain strainers shall be replaced. All drains shall receive new lead and new roof membrane installed in accordance with the detailed drawing. Existing drains which cannot be properly detailed shall be replaced with specified cast-iron drains. Every drain shall be inspected after roofing to ensure proper seal to leader line. B. All non -cast iron drains shall be replaced with new cast iron drain bowl and strainer. 3.18 DAILY SEAL A. Install temporary water cut-offs at completion of each day's work and remove upon resumption of work. B. Ensure that water does not flow beneath completed sections of membrane system, including completion of flashings, terminations, and daily seals. When possible, install starting at highest point of project area, working to lowest point. C. Temporarily seal loose membrane edge with hot asphalt. Exercise caution to ensure that membrane is sealed near drains in manner to prevent water migration below membrane and not to impede drainage. D. Install primary two-ply night seal beneath daily night seal in such manner to seal both new and existing roof system to roof deck to prevent moisture migration from either old roof or new roof. E. Install daily night seals by extending new roof membrane beyond insulation and sealing to existing deck surface using hot asphalt. F. When work is resumed, remove and dispose of membrane where asphalt or other sealants were previously applied before resuming installation. 3.19 TERMINATION OF NEW ROOF TO EXISTING A. The final juncture of the new roof shall consist of an NRCA recommended area divider suitably flashed and sealed for a permanent watertight installation. A water cutoff shall be incorporated into the termination to prevent water entering the existing roof from migrating into the new roof system. ITB 12-10495-CI Addendum No. 1 3.20 ICE AND WATER SHIELD A. To all eave, rake, ridge, rise wall applications and all projections, equipment and miscellaneous flashing applications, provide one (1) full sheet of the respective ice/watershield in accordance with the manufacturer's specific recommendations and application procedures. All eave applications shall extend a minimum of three feet (T) upslope beyond the interior wall, and all valley applications shall be a minimum of two (2) plies, with one (1) full sheet laminated to the deck, and one-half (1/2) sheet fully adhered to the base ply. All vertical transitions shall extend up the vertical surface a minimum of twelve inches (12"). All fiberglass underlayment applications shall extend a minimum of nine inches (9") onto the ice/water shield membrane, no exceptions. 3.21 FIELD QUALITY CONTROL A. Follow procedures required by roof system manufacturer for samples, at Owner's request. B. Repair sampled areas by filling in cut out area with material to match original construction. B Feather in patch consisting of same number of plies as in roof specification following manufacturer's procedures. C. Correct deficiencies in roof determined by roof sample analysis and as prescribed by roof system manufacturer. Costs for additional samples required will be borne by Contractor. Ell D. Water Testing: Perform water flood test of completed roof areas involved or associated with work under this Contract. Contractor shall, at his expense, correct deficiencies in these areas causing water leakage into facility or water retention on roof surface. 3.22 ADJUSTING A. Restore to original condition or replace work or materials damaged during handling of roofing materials. 3.23 CLEANING A. Remove trash, debris, equipment, and parts from job site. B. Remove stains from walls, walkways, and driveways. C. Leave building interior free of roofing materials, debris, stains, bitumen, and drippage. � 3.24 PROTECTION A. Finished roof areas shall be protected from damage by the contractor during construction. END OF SECTION 07509 ITB 12-10495-CI Addendum No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 SECTION 07591 MEMBRANE REROOFING PREPARATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Roof tear -off. 1.03 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.04 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Existing Membrane Roofing System: Built-up asphalt 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. Roof Tear -Off: Removal of existing membrane roofing system from deck. F. Partial Roof Tear -Off: Removal of a portion of existing membrane roofing system from deck or removal of selected components and accessories from existing membrane roofing system. G. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and reinstalled. H. Existing to Remain: Existing items of construction that are not indicated to be removed. ITB 12-10495-CI Addendum No. 1 L- 13 1 1.05 SUBMITTALS 2 3 A. Product Data: For each type of product indicated. 4 5 B. Temporary Roofing: Include Product Data and description of temporary roofing system. 6 If temporary roof will remain in place, submit surface preparation requirements needed to 7 receive permanent roof, and submit a letter from roofing membrane manufacturer stating 8 acceptance of the temporary membrane, and that its inclusion will not adversely affect the 9 roofing system's resistance to fire and wind. 10 11 C. Fastener pull-out test report. 12 13 D. Photographs or Videotape: Show existing conditions of adjoining construction and site 14 improvements, including exterior and interior finish surfaces, that might be misconstrued 15 as having been damaged by reroofing operations. Submit before Work begins. 16 17 E. Landfill Records: Indicate receipt and acceptance of hazardous wastes, such as 18 asbestos -containing material, by a landfill facility licensed to accept hazardous wastes. 19 20 1.06 QUALITY ASSURANCE 21 22 A. Installer Qualifications: Installer of new membrane roofing system. 23 24 B. Regulatory Requirements: Comply with governing EPA notification regulations before 25 beginning membrane roofing removal. Comply with hauling and disposal regulations of 26 authorities having jurisdiction. 27 28 C. Preliminary Reroofing Conference: Conduct conference at Project site to comply with 29 requirements in Division 1 Section "Project Management and Coordination." Review 30 methods and procedures related to roofing system including, but not limited to, the 31 following: 32 1. Meet with Owner; Owner's representative; Owner's insurer if applicable; testing and 33 inspecting agency representative; roofing system manufacturer's representative; 34 deck Installer; roofing Installer including project manager, superintendent, and 35 foreman; and installers whose work interfaces with or affects reroofing including 36 installers of roof accessories and roof -mounted equipment. 37 2. Review methods and procedures related to reroofing preparation, including 38 membrane roofing system manufacturer's written instructions. 39 3. Review temporary protection requirements for existing roofing system that is to 40 remain, during and after installation. 41 4. Review roof drainage during each stage of reroofing and review roof drain plugging 42 and plug removal procedures. 43 5. Review and finalize construction schedule, and verify availability of materials, 44 Installer's personnel, equipment, and facilities needed to make progress and avoid 45 delays. 46 6. Review existing deck removal procedures and Owner notifications. 47 7. Review procedures to determine condition and acceptance of existing deck and 48 base flashing substrate for reuse. 49 8. Review structural loading limitations of deck during reroofing. 50 9. Review base flashings, special roofing details, drainage, penetrations, equipment 51 curbs, and condition of other construction that will affect reroofing. ITB 12-10495-CI Addendum No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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. 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. ITB 12-10495-CI Addendum No. 1 1 1. Coordinate work activities daily with Owner so Owner can place protective dust or 2 water leakage covers over sensitive equipment or furnishings, shut down HVAC and 3 fire -alarm or -detection equipment if needed, and evacuate occupants from below 4 the work area if desired. 5 2. Before working over structurally impaired areas of deck, notify Owner to evacuate 6 occupants from below the affected area. Verify that occupants below the work area 7 have been evacuated prior to proceeding with work over the impaired deck area. 8 9 B. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior 10 plantings, and landscaping from damage or soiling from reroofing operations. 11 12 C. Maintain access to existing walkways, corridors, and other adjacent occupied or used 13 facilities. 14 15 D. Owner assumes no responsibility for condition of areas to be reroofed. 16 1. Conditions existing at time of inspection for bidding will be maintained by Owner as 17 far as practical. 18 19 E. Limit construction loads on roof for uniformly distributed loads. 20 21 F. A roof moisture survey of existing membrane roofing system is available for Contractor's 22 reference. 23 24 G. The results of an analysis of test cores from existing membrane roofing system are 25 available for Contractor's reference. 26 27 H. Weather Limitations: Proceed with reroofing preparation only when existing and 28 forecasted weather conditions permit Work to proceed without water entering into existing 29 roofing system or building. 30 31 I. Hazardous Materials: It is not expected that hazardous materials such as asbestos- 32 containing materials will be encountered in the Work. 33 1. Hazardous materials will be removed by Owner before start of the Work. Existing 34 roof will be left no less watertight than before removal. 35 2. If materials suspected of containing hazardous materials are encountered, do not 36 disturb; immediately notify Architect and Owner. Hazardous materials will be 37 removed by Owner under a separate contract. 38 39 J. Hazardous Materials: Present in building to be reroofed. A report on the presence of 40 hazardous materials is on file for review and use. Examine report to become aware of 41 locations where hazardous materials are present. 42 1. Hazardous material remediation is specified elsewhere in the Contract Documents. 43 2. Do not disturb hazardous materials or items suspected of containing hazardous 44 materials except according to procedures specified elsewhere in the Contract 45 Documents. 46 3. Coordinate with hazardous material remediation Contractor to prevent water from 47 entering building or existing roofing system. 48 49 50 ITB 12-10495-CI Addendum No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 PART 2 - PRODUCTS 2.01 INFILL MATERIALS A. Use infill materials matching existing membrane roofing system materials, unless otherwise indicated. 1. Infill materials are specified in Division 7 Section "Built-up Roofing." 2.02 TEMPORARY ROOFING MATERIALS A. Selection of materials and design of temporary roofing is responsibility of Contractor. 2.03 AUXILIARY REROOFING MATERIALS A. General: Auxiliary reroofing preparation materials recommended by roofing system manufacturer for intended use and compatible with components of existing and new membrane roofing system. B. Base Sheet Fasteners: Capped head, factory -coated steel fasteners, listed in FMG's "Approval Guide." C. Metal Flashing Sheet: Metal flashing sheet is specified in Division 7 Section "Sheet Metal Flashing and Trim." PART 3 - EXECUTION 3.01 PREPARATION A. Protect existing membrane roofing system that is indicated not to be reroofed. 1. Loosely lay 1/2" plywood or OSB panels over existing roof surface. 2. Limit traffic and material storage to areas of existing roofing membrane that have been protected. 3. Maintain temporary protection and leave in place until replacement roofing has been completed. B. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work. Cover air intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. C. During removal operations, have sufficient and suitable materials on -site to facilitate rapid installation of temporary protection in the event of unexpected rain. 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. ITB 12-10495-CI Addendum No. 1 1 1. If roof drains will be temporarily blocked or unserviceable due to roofing system 2 removal or partial installation of new membrane roofing system, provide alternative 3 drainage method to remove water and eliminate ponding. Do not permit water to 4 enter into or under existing membrane roofing system components that are to 5 remain. 6 7 E. Verify that rooftop utilities and service piping have been shut off before commencing 8 Work. 9 10 3.02 ROOF TEAR -OFF 11 12 A. General: Notify Owner each day of extent of roof tear -off proposed. 13 14 B. Remove loose aggregate from aggregate -surfaced built-up bituminous roofing with a 15 power broom. 16 17 C. Roof Tear -Off: Remove existing roofing membrane and other membrane roofing system 18 components down to the deck. 19 1. Remove fasteners from deck. 20 21 3.03 DECK PREPARATION 22 23 A. Inspect deck after tear -off of membrane roofing system. 24 1. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary 25 moisture by plastic sheet method according to ASTM D 4263 or by pouring 1 pint of 26 hot roofing asphalt on deck at start of each day's work and at start of each roof area 27 or plane. Do not proceed with roofing work if moisture condenses under the plastic 28 sheet or if asphalt test sample foams or can be easily and cleanly stripped after 29 cooling. 30 31 B. If broken or loose fasteners that secure deck panels to one another or to structure are 32 observed, or if deck appears or feels inadequately attached, immediately notify Architect. 33 Do not proceed with installation until directed by Architect. 34 35 C. If deck surface is not suitable for receiving new roofing, or if structural integrity of deck is 36 suspect, immediately notify Architect. Do not proceed with installation until directed by 37 Architect. 38 39 D. Provide additional deck securement as indicated on Drawings. 40 41 E. Replace deck as indicated on Drawings. 42 43 3.04 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL 44 45 NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of 46 ACM roof materials takes place. The following procedures are to be followed as a minimum: 47 48 A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes, 49 picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating 50 wedge to tear roofing materials. Breaking and/or slicing of material is permitted. 51 Sanding, grinding or abrading during handling is not permitted. ITB 12-10495-CI Addendum No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 pFp B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape. C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition. D. Ensure employees have received OSHA required training in asbestos removal and health hazards associated with exposure to airborne asbestos fibers. E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden sprayer or water hose with spray nozzle. F. Perform personal and area air monitoring for at least the first three (3) days of the project in accordance with 29 CFR 1910.1001. Monitoring shall be done by either: 1) in-house certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified outside source. G. Asbestos Warning signs and tape shall be posted in tear -off area. H. Based on air monitoring results, the contractor MUST execute a Written Negative Exposure Assessment Determination and keep on file at the project site along with air monitoring results. I. Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must be enclosed. Disposal: Can be disposed of as construction debris at any approved landfill. 3.05 INFILL MATERIALS INSTALLATION A. Immediately after removal of selected portions of existing membrane roofing system, and inspection and repair, if needed, of deck, fill in the tear -off areas to match existing membrane roofing system construction. 1. Installation of infill materials is specified in Division 7 Section. 2. Install new roofing membrane patch over roof infill area. If new roofing membrane is installed the same day tear -off is made, roofing membrane patch is not required. 3.06 EXISTING BASE FLASHINGS A. Remove existing base flashings around parapets, curbs, walls, and penetrations. 1. Clean substrates of contaminants such as asphalt, sheet materials, dirt, and debris. B. Do not damage metal counterflashings that are to remain. Replace metal counterflashings damaged during removal with counterflashings specified in Division 7 Section "Sheet Metal and Miscellaneous Accessories". C. Inspect parapet sheathing for deterioration and damage. If parapet sheathing has deteriorated, immediately notify Architect. ITB 12-10495-CI Addendum No. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 3.07 FASTENER PULL-OUT TESTING A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect before installing new membrane roofing system. 1. Obtain Architect's approval to proceed with specified fastening pattern. Architect may furnish revised fastening pattern commensurate with pull-out test results. 3.08 DISPOSAL A. Collect and place demolished materials in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. 1. Storage or sale of demolished items or materials on -site will not be permitted. B. Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 07591 ITB 12-10495-CI Addendum No. 1 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. ITB 12-10495-CI Addendum No. 1 PART 2 - PRODUCTS 2.01 SHEET METAL MATERIAL A. Hot -dipped Galvanized Steel for use as counterflashings (where not visible from the ground), pitch pans and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. B. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. C. Prefinished Galvanized Sheet Steel (where visible from the ground): Shall be 24-gauge flat stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x F 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. P! D. Stainless Steel: QQ-S-766, Class 301, 302, 304, or 316; or ASTM A 167, Type 301, 302, 304, or 316; form and condition most suitable for the purpose. E. Aluminum and Aluminum Alloy Plate and Sheet: QQ-A-250; form, alloy, and temper shall be that most suitable for the purpose. F. Sheet Lead: QQ-L-201, Grade B. G. All existing sheet metal shall be replaced with new metal of like gauge and type, or as specified on drawings. ri 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. ITB 12-10495-CI Addendum No. I 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. G. Miscellaneous Materials: 1. Downspout Boots: Cast iron by Neenah Foundry Company, or pre -approved equal, provide and install. 2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection pads at all downspouts. 3. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, non -corrosive, size, and gauge required for performance. 2.04 ICE AND WATER SHIELD A. All Climate, self -adhering underlayment, a premium heavyweight ice and water shield, as manufactured by Elk Premium Building Products, Tamko TW Metal and Tile Underlayment, as manufactured by Tamko Roofing Products, Inc., or Vycor, Ultra, as manufactured by Grace Construction Products, or approved equal. PART 3 - EXECUTION 3.01 INSPECTION A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant strips and reglets in place, substrates are smooth and clean and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed and secure. C. Beginning of installation means acceptance of conditions. A. Field measure site conditions prior to fabricating work. Provide all shop drawings and mock-ups one month prior to installation to the Owner/Project Consultant for approval. B. Install starker and edge strips and cleats before starting installation. ITB 12-10495-CI Addendum No. 1 3.03 FABRICATION - GENERAL A. Shop -fabricate work to greatest extent possible. Comply with details shown, and with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather -resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form work to fit substrates. Comply with material manufacturer's instructions and recommendations. Form exposed sheet metal work without excessive oil -canning, buckling, and tool marks, true to line and levels as indicated, with exposed edges folded back to form hems. B. Fabricate gravel stops/fascia, gutters/downspouts, counterflashings, pitch pans, expansion joints, and copings with new galvanized sheet metal as specified. Fabricate gravel guard and fascia to size and dimensions as indicated on the drawings. Fabricate light metal coping, gutters and downspouts as indicated. C. Form sheet metal on bending brake. D. Shape, trim and hand seam metal on bench insofar as practicable. E. Form materials with straight lines, sharp angles and smooth curves. F. Fold back edges on concealed side of exposed edge to form hem (1/2" minimum). G. Weld or solder joints on parts that are to be permanently and rigidly assembled. 1 H. Submit sheet metal models for approval by the Owner/Project Consultant. I. Limit single -piece lengths to ten feet (10'). J. Fabricate corner pieces with eighteen inch (18") extensions, metered and sealed by forming as one piece. k K. Surface sand flange prior to applying any primers on Kynar metal. L. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. M. All existing or missing metal rooftop projections shall be replaced. New rooftop projection _ details shall be as recommended in NRCA or SMACNA handbooks. All rooftop projections shall be cleaned, all joints sealed, and painted with a rust inhibitive paint. Standard color to be selected by the Owner/Project Consultant. N. All sheet metal shall be sealed and watertight. O. Metal work should be secured so as to prevent damage from buckling or wind. Where j clips are shown, these are to be continuous. P. All metal to receive bitumen or adhesive shall be first primed with asphalt primer. Q. All prefinished metal shall be sanded and/or abraded prior to receiving primer. 1 4_ 1 ITB 12-10495-CI Addendum No. 1 s R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal -, other than aluminum, tin edges are to be seamed, form seams, and soldered. S. Expansion Provisions: Form expansion joints of intermeshing hooked flanges, not less than one inch (1") deep, filled with mastic sealant (concealed within joints). T. Sealant Joints: Where movable, non -expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with industry standards. U. Separations: Provide for separation of metal from non -compatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. V. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. 3.04 INSTALLATION A. General: All sheet metal termination to vertical wall shall have a through -wall with receiver installed on masonry walls or prefabricated "Z" bar flashing pre -installed to fluid applied wall finished prior to installation of sheet metal termination. This applies to edge metal, base flashing closures and all vertical surface intersections. Refer to NRCA, SMACNA, and metal manufacturer's guidelines. B. Gravel Guard/Fascia: 1. Shall be installed with expansion joints, ten feet (10') on center, one-fourth inch (1/4") expansion leeway, with a cover plate. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Apply sealant at horizontal juncture of gravel guard metal to exterior vertical wall. 11. Shall be fabricated in accordance with all SMACNA provisions. 12. Install bead of sealant at metal edge juncture at exterior wall surface. C. Coping: 1. Remove existing and replace with new metal coping as required for a permanent watertight installation. 2. All coping shall be manufactured with low profile standing seam metal. 3. Shall be minimum 24-gauge prefinished Kynar installed in ten foot (10') sections maximum. 4. Vertical fascia shall extend minimum two and one-half inches (2-1/2") or be minimum one and one-half inches (1-1/2") below bottom of nailer, whichever is greater. ITB 12-10495-CI g Addendum No. 1 -= 5. Secure metal flashings per specifications. 6. Lock seams and end joints. 7. Form sections identical to profiles as shown or approved similar, to match existing building. 8. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 9. Hem exposed edges three -fourths inch (3/4") minimum. 10. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 11. Integrate flashing in a manner consistent with detailing. L_a 12. Provide and install continuous clip, minimum 22-gauge. 13. Apply sealant at horizontal juncture of coping metal to exterior vertical wall. 14. Shall be fabricated in accordance with all SMACNA provisions. 15. Install bead of sealant at metal edge juncture at exterior wall surface. D. Expansion Joint Field and at Wall: 1. Shall be as outlined by details, and be in full compliance with all provisions of SMACNA and FM Global requirements for attachment, installation and recommendations. rill 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. E. Counterflashing: 1. Remove existing and replace with new metal counterflashing as required for a permanent watertight installation. 2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing as detailed in SMACNA Figure 4-3E. F. Gutter and Downspout: 1. Fabrication: a) Fabricate gutter and downspout of profile and size indicated. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. L 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: Lill a) Install collector head, downspout, and accessories. ITB 12-10495-CI Addendum No. 1 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. G. Overflow Scupper, Collector Head and Downspout: 1. Fabrication: a) Fabricate overflow scupper, collector head and downspout of profile and size indicated, taking care that the roof drain leader fits properly into the back of the collector head. Seal the pipe to the collector head for watertightness. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seal collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support - Kynar: Color and Finish to match, as recommended by SMACNA. i) Downspout Supports - Straps, Kynar: Color and Finish to match. H. Pitch Pans: 1. Install pitch pans of 24-gauge galvanized steel according to NRCA standards, minimum of six inches by six inches (6" x 6"). 2. Pitch pans shall be fabricated to minimum of four inches (4") above the finished roof membrane. Seams of pitch pans shall be soldered. Mastic shall be applied under pitch pan flange a minimum of one-half pound (1/2#) per linear foot. 4. All metal flanges shall be primed with asphalt primer prior to flashing installation. Inside of pitch pan shall be cleaned and primed as required by pitch pan sealant manufacturer. 5. All projections enclosed in pitch pans shall be cleaned in any manner suitable and coated with a rust inhibitive coating as approved by the Owner/Project Consultant. Coating shall be allowed to dry prior to pitch pan fill. ITB 12-10495-CI Addendum No. 1 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. Bonnets/Hoods: 1. Fabricate and install above all pitch pans, where necessary, or reinstall as applicable, metal bonnets over all pitch pans, NO EXCEPTIONS. 2. Bonnets/Hoods shall be manufactured with metal compatible with metal to which bonnet is to be attached. 3. On beams and other steel, weld in place bonnets fabricated from one-fourth inch (1/4") steel plate. 4. Draw band bonnets fabricated from 22-gauge galvanized steel may be used on circular projections. 3.05 FINISH A. Backpaint concealed metal surfaces with bituminous paint where expected to be in contact with cementitious materials or dissimilar metals. Exposed surfaces to be provided with a factory applied fluorocarbon Kynar finish meeting ASTM A 446 and AAMA specification 605.2 for high performance coating. B. New 24-gauge hot -dipped galvanized metal shall be painted on all locations visible from the ground with an industrial grade paint to match existing, or standard color selected by Owner/Project Consultant. Galvanized metal surface must be properly prepared by removing all oil, grease, and/or protective mill coatings by solvent cleaning surface in accordance with SSPC-SP1, and according to paint manufacturer's recommendation, to ' ensure proper adhesion of paint to metal. END OF SECTION 07620 F11 H ITB 12-I0495-CI Addendum No. I DETAIL DRAWINGS/ROOF PLANS 1.01 DETAIL DRAWINGS A. The enclosed details for this project are intended primarily to present the proper installation of the membranes used for waterproofing at flashings, perimeter closures, roof projections, etc. Specific underlying construction configurations, such as walls, nailers, wood backing, structural steel, etc., which may currently be in place may or may not be accurately depicted on the attached details. Unless specifically called out in the accompanying written specifications, or where a detail is noted "AS DRAWN", and/or proper roofing and construction practices are not being followed, underlying construction configurations are to remain unchanged from those in place on the building prior to this reroofing. A. Any drawings supplied are for reference purposes only. Dimensions, penetrations, curbs, etc. must be field verified. Those shown are typical but may not be all inclusive, and contractor shall be responsible for the correctness of same. Any existing insulation thickness, deck type or other details shown on the drawings shall be subject to contractor confirmation. END OF SECTION Pate Intentionally Left Blank CONTINUOUS CLIP AS SPEC, CONTINUOUS BEAD SEALANT AS SPEC, PROVIDE 1/4" WIDE GAP AT 10'4' O.C. 4" HIGH CANT STRIP Addendum No. 1 STANDING SEAM METAL CAP WITH CONTINUOUS CLEAT ON THE OUTSIDE. PRERNISHED METAL PARAPET CAP AS SPEC. EXTEND BASE FLASHING DOWN OVER WOOD BLOCKING HIGH -DOMED, CAPPED, GASKETED FASTENERS (APPROX.18" 1 12" O.C.) 2 RIVETS PER VERT. OVERLAP DOUBLE SIDED TAPE BETWEEN LAP & COPING LEG. 3/4" EXT. GRADE PLYWOOD TOP AND BOTTOM OF NAILERS PRIME WALL AS SPEC. WHEN APPLICABLE GRANULATED MOD BIT FLASHING AS SPEC, FLOOD COAT AND GRAVEL FIELD SURFACE EXTEND FIELD PLIES ABOVE HEAD OF CANT TWO PLYS TYPE VI FLASHING AS SPEC. MULTIPLE PLY TYPE VI BUILT-UP ROOF MEMBRANES AS SPEC. BASE SHEET GYPSUM ROOF DECK lb,oC* TR q�r�l RONALD C. WHTTT1NGTON .............I ................. •o_'._ 97088 : e 11Z-* tom ADDENDA NO. 1 CITY OF LUBBOCK LUBBOCK MEMORIAL CIVIC CENTER A2.0.1 PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 DETAIL NAME: LOW PARAPET WALL DETAIL ARMK�3 PROJECT NO: 20110914-48 Copyright 2011 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM f - 6498 SCALE: NOT TO SCALE I DATE: 01/26/2012 DRAWN BY: ST Addendum No. 1 TOP OF FLASHING CAPPED OR ROLLED INTO PIPE APPROX. 1" SOFT METAL PIPE FLASHING PLUMBING VENT STACK STRUCTURAL SEALANT AT PENETRATION TO MEMBRANE JUNCTURE 3 \ ` \ ` \ 6" MIN. FLANGE \ \ `4' MINIMUM 4" MINIMUM \ GRANULATED FLASHING AS SPEC, FLOOD COAT AND GRAVEL FIELD SURFACE TWO PLY$ TYPE VI FLASHING AS SPEC. MULTIPLE PLY TYPE VI BUILT-UP ROOF MEMBRANES AS SPEC- BASE SHEET AS SPEC. GYPSUM ROOF DECK SET FLANGE IN ROOF CEMENT- — PRIME FLANGE BEFORE STRIPPING ADDENDA NO. 1 CITY OF LUBBOCK A2.02 LUBBOCK MEMORIAL CIVIC CENTER P cj PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 n DETAIL NAME: VENT STACK FLASHING DETAIL MKa PROJECT NO: 20110914-48 Copyright 2011 by Armko Induslnea TEXAS REGISTERED ENGINEERING FIRM SCALE :NOT TO SCALE DATE: 01 /26/201 DDRAWN BY: ST F - 6498 Addendum No. I SEALANT AS SPEC, DRAW BAND —�- WATERTIGHT 24 GA. METAL RAIN COLLAR OVERLAPPING PENETRATION POCKET �— SHEET METAL PITCH PAN, SOLDERED/ WELDED WATERTIGHT APPROX. 1/4" CLEARANCE (4" MIN, HEIGHT) BETWEEN EA. CORNER AND STRUCTURAL SEALANT AT EDGE OF COLLAR I PENETRATION TO MEMBRANE \ JUNCTURE 4" MIN. FLANGE, SET IN ROOF 1 CEMENT OVER ROOFING PLIES, r I PRIME FLANGE BEFORE STRIPPING FLOOD COAT AND GRAVEL FIELD SURFACE POURABLE SEALANT AS SPEC. _ TWO SPEC.PLYS TYPE VI FLASHING AS '`�� MIN. PIPE MULTIPLE PLY TYPE VI BUILT-UP DIAMETER ROOF MEMBRANES AS SPEC. BASE SHEET AS SPEC. GYPSUM ROOF DECK . .. ... rF�N��, *; ...........................:... ROWLD C. WHITTINGTON . 97088° : &I ADDENDA NO. 1 CITY OF LUBBOCK A2 03 LUBBOCK MEMORIAL CIVIC CENTER ,�. �,. PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 DETAIL NAME: PITCH PAN FLASHING DETAIL ARMKa Copyright2011 byAnnkolndusUies PROJECT NO: 20110914-48 TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE I DATE: 01/26/2012 DRAWN BY: ST F - 6498 Addendum No. I EXTEND FLASHING UP & OVER AS SPEC. UNIT MOUNTING CURB AS SPEC. SHEET METAL FLASHING SEALING MATERIAL AS SPEC. - RECEIVER AS SPEC. WOOD NAILER AS SPEC. HIGH -DOMED, CAPPED, GASKETED FASTENERS (APPROX. 1V O.C. DEPENDING UPON WIND ZONE AND LOCAL CONDITIONS; MINIMUM < z TWO FASTENERS PER SIDE) O Z rn 0 z REMOVABLE SHEET METAL COUNTERFLASHING 'I 1-i I I I - -;;Z:� FASTENERS APPROX. WO.C. & 3 Af COURSE ROOF CEMENT & REINFORCEMENT FABRIC AS SPEC. EXTEND FIELD PLIES ABOVE HEAD OF CANT GRANULATED FLASHING AS SPEC. FLOOD COAT AND GRAVEL FIELD SURFACE TWO PLYS TYPE VI FLASHING AS SPEC. MULTIPLE -PLY ROOF MEMBRANE AS SPEC. BASE SHEET AS SPEC_ GYPSUMROOF DECK MECHANICAL UNIT, HOOD. ETC BASE OF UNIT EXTENDS 1/2' NOTES: MIN. 3EYOND FOP OF CURB I THE CURB'S Top WOOD NAILER, AND SEAL STRIP ARE TO BE SUPPLIED BY THE CURB SEALING MATERIAL -MUST BE MANUFACTURER, CONTINUOUS ON TOP OF THE 2 ATTACH NAILER TO DECK WITH SUITABLE CURB FASTENERS. 3. WHEN POSSIBI F, THE MECHANICAL UNITS I' MIN. BELOW TOP CURB SHOULD NOT BE SET UNTIL THE ROOF MEMBRANE AND FLASHING HAVE BEEN FLASHING RECEIVER AS SPEC INSTALLED FASTENERS AS SPEC I .h WOOD NAILER AS SPEC, I OF ?'wkt ............ . AW f Aw db Aw* COUNTERFLASHING AS SPEC. BASE FLASHING AS SPEC. ..': ....... ....... RONALD C. WHITTINGTON UNIT MOUNTING CURB AS SPEC ............................... 97088 ig- INSUL. AS SPEC A Aw rz ADDENDA NO. I CITY OF LUBBOCK A2.04 LUBBOCK MEMORIAL CIVIC CENTER PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 DETAIL NAME: EQUIPMENT CURB FLASHING DETAIL PROJECT NO: 20110914-48 Copynght 2011 by Armko Indusines TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE I DATE: 01/26/201 TDRAWN BY: ST v a Ill:sr-0912YAM" T6r4 PLY SHEET MEMBRANE STRIPING PLYS AS SPEC. MULTIPLE -PLY SHEETS AS SPEC. BASE SHEET AS SPEC. GYPSUM ROOF DECK CLAMPING RING AS SPEC. -' DECK CLAMP AS SPEC. DRAIN BOWL AS SPEC. ./ MEMBRANE FIELD PLIES, METAL FLASHING, AND STRIPPING PLIES ALL EXTEND UNDER CLAMPING RING ROOF CEMENT AS SPEC. MULTIPLE -PLY ROOF MEMBRANE 30" SQUARE MIN., 4 LB. LEAD FLASHING SET ON FINISHED ROOF IN ROOF CEMENT, PRIME TOP SURFACE BEFORE STRIPPING DRAIN STRAINER AS SPEC. ADDENDA NO. 1 CITY OF LUBBOCK A2.05 LUBBOCK MEMORIAL CIVIC CENTER PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 DETAIL NAME: ROOF DRAIN DETAIL ARMOR R PROJECT NO: 20110914-48 Copyright 20 11 byArmkoirKkSlries TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE IDATE: 01/26/2012 DRAWN BY: ST y u c saulsnpul wituiy Aq t tOZ Itl6uAdoo 68 :VnON3QOtl xl 'mooaam 1N3W30t11d3b 300a 1Nt/ld 1V01SAHd 831N30 0UV0 IMOW3W moo8am N008afil 30 .1110 N03103f02id ClO Q lnq lie aq lou anlsn pul Am lnldA) aie umoUs asotll ga'sgjn3'suoll jj9uad 'suclsuowtp'sale»sgns Ile; pisApeusioioeiluoo I.S :A8 NAMAJO ZtOZ19Z;60 3170 97-vt60ttOZ 3y g c� �>. 'sue '°uv '%2 a -= 4Q 2<s�_� 'y z �o z ='b i �y`_'0 Ied`d`ul,°r_ gig -t oa� SS tjCC �j L� V+. o K M ifiLL r�SCU^' a `Cv. UCL Uy+�3t�y� "mow p C <n yLL�O �� [.1�6d�3 Lzao-'a,.'69 .ifzw"K� v�WO..M�S d_VVul26�Z `uxi 2�y Jvr 21(5p�, �...20 CL=Y+ iu_ Oa 2r5�Q Q ..C�ya Wbpu LW V6F¢yV Y�O j S• V6H2'Y L ZCv, CZ<20_�JC I�ss �4�Wy+nQZ }2 •wp A -,[QFpp tyi, �u ph-LL `G C�ZN�i�>p���RRiF aZNJSO C24�ZV��4++�... KiJ2� .pUOZVyMF9�GYd''Sp«SV<�G <OU �.�t�<i.7�`iCZn + ZWO• CCU UL'�U P::J2 `R\ ® % LU co X LL _ O a I- FA 4a a �n' d _ 9 Contractor Checklist Before Submitting %our bill. please ensure you have completed and included the following documents in the order thev are listed. The contractor is only to Submit one (1) original unbound copy of every iten, listed. l Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the bid number. title, due date and time and your company name and address on the outside of the envelope or container. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Manaaement Office prior to the deadline. Late bids will not be accepted. b. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. ?. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Inelmle frrm's FEDERAL TAX III number or Otvner's ,SOCIAL SECURITY number. ,r S. ✓f Complete and submit the LIST OF S U B -CONTRACTORS. DOCUNMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. -- Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE RE TO PROVIDE ANY OF THE ABOVE IWAY RESULT IN YOUR BID BEING DEEMED SON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS CONIPLEfED PAS �__S.._ qE JFIRST PAGE OF YOUR BID SUBMITTAL. AL• Company Name) Pau Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. d. INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — (must be submitted by published due date & time) 3-1. LUMP SUM PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 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 Page Intentionally Left Blank NOTICE TO BIDDERS ITB 12-10495-CI Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management , City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on February 1". 2012, or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: Lubbock Memorial Civic Center Physical Plant Roof Replacement After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M. on February lst, 2012, and the City of Lubbock City Council will consider the bids on February 23rd, 2012 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. The estimated budget for this project is $60,000. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered, in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on January 17th, 2012 at 3:00 P.M., in Civic Center Physical Plant,1301 Mac Davis Lane (north across the street from the Civic Center), Lubbock, Texas. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. Copies of plans and specifications can also be obtained at the bidder's expense by contacting the Reproduction Company, at 806-763-7770. i Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management 3 Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta .Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Lubbock Memorial Civic Center Physical Plant Roof Replacement per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M., on February 1", 2012 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #12-10495-CI Lubbock Memorial Civic Center Physical Plant Roof Replacement" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 3:00 P.M., on January 171h, 2012 in Civic Center Physical Plant, 1301 Mac Davis Lane (north across the street from the Civic Center), Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsviic.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 4 0 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 amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than rive (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 19 7 LICENSES PERMITS TAXES .The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, i conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. i 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language. requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Corey Isaacs, Buyer City of Lubbock i_. Purchasing and Contract Management Office 1625 13"' Street, Room 204 Lubbock, Texas 79401 ,. Fax: 806-775-2164 Email: CIsaacsCmylubbock.us Bidsync: www.bidsync.com 13 14 15 16 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within Ninety (90) working days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. ._ (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. E 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall 10 24 25 26 use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or 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 bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing 12 i t-, ( 4107 31 agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 12-10495-CI, Lubbock Memorial Civic Center Physical Plant Roof Replacement" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar 13 j y municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items I through 2 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders 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, 14 i 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 34.2 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. 34.3 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 t Lubbock County: 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. ff BID SUBMITTAL FORM Page Intentionally Left Blank ITB 12-10495-CI Addendum No. 1 **********REVISED********** BID SUBMITTAL FORM LUMP SUM BID CONTRACT DATE: ITB 12-10495-CI — Lubbock Memorial Civic Center Physical Plant Roof Replacement Bid of / -./_) ait22V-Uoln!!7�i5.� //lJ1`1 //I/" (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner): The Bidder, in compliance with your Invitation to Bid for the construction of Lubbock Memorial Civic Center Physical Plant Roof Replacement, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID ITEM NO. DESCRIPTION LUMP SUM COST 1. Work shall include tear off of approximately 8,660 square feet of existing S built-up roof assembly down to existing gypsum substrate in the locations noted on the project drawings, remove and replace approximately 1,200 square foot of existing gypsum deck. Install an approximately 8,660 square foot ballasted four -ply roof system as indicated in the specifications. The roof shall / be installed in accordance with the specifications and in strict accordance with the manufacturer's recommended procedures. The new metal flashings and other sheet metal accessories are to comply with the requirements in the specifications. ADDITIVE Al-l. 1 SF Remove and replace damaged gypsum decking (nominal thickness of 2-1/4') per square foot for area found over and beyond original 1,200 sq. ft. in the lump sum bid. TOTAL ITEM # A 1-1: :1 14 $ DO /SW 3, wo (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials 2 l- Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within Ninety (90) WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of One -Hundred Dollars ($100) for each consecutive working day in excess of the time set forth r_ herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or j certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and r! execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him idder's Initials 9 r Enclosed with this bid is a Cashier's Check or Certified Check for �o <o� Dollars ($ ) or a Bid Bond in the sum of 5 % G 0 0 Dollars ($ r�yug�Aw, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. �_ Date ae /2 Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: I . ( Woman Pacific Date:_�� Auth (Printed or Typed Name) Company Address City, County firs - 7 ZtEy2 State Zip Code Telephone: —2/0 - 7¢/-09�20 Fax: .2/0 - 575-:2 57 FEDERAL TAX ID or SOCIAL SECURITY No. 7-" 7 Z 322 9 3S EMAIL: C�-- cJ cl a��/ ✓�` i Xe -, Native Paae Intentionally Left Blank :_� ���i� I Page Intentionally Left Blank BID BOND (Percentage) KNOW ALL PERSONS BY THESE PRESENTS, That we CS Advantage USAA, Inc. of College Station, Texas hereinafter referred to as the Principal, and Continental Casualty Company as Surety, are held and firmly bound unto City of Lubbock Of hereinafter referred to as the Obligee, in the amourt of ----------------------Five Percent of Amount Bid ------------------ -------- _------------------------ --------------------------------------- ---------- ___._------- ,Z—_50,0_-_t for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Lubbock Memorial Civic Center Physical Plant Roof Replacement NOW, THEREFORE, d the said contract be awarded to principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or d Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 1st day of February 2012 Forth F4596-9-2001 M Pate Intentionally Left Blank POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Peggy Gonzalez, David C Hughston, Christopher Hughston, Maria V Edwards, Individually of Brownsville, TX, their true and lawful Attomey(s}in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. - ..,This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be 1_ .. hereto affixed on this 28th day of October, 2011. cat? owe aR Continental Casualty Company National Fire Insurance Company of Hartford c°n"o""*e, .wa+rro American Casualty Company of Reading, Pennsylvania 1897 Stathy Darcy' -Senior Vice President State of Illinois, County of Cook, ss: On this 28th day of October, 2011, before me personally came Stathy Darcy to me known, who, being by me duly swom, did depose and say: that she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. ( tdAARKE t UXX -WCONANN TAlE0 NVAS W CZIM/IM01t lllls�lf ITf q My Commission Expires September 17, 2013 Eliza Price 4V Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 1st day of FebruarV 2012 o00oP*E i SEAL Taw Form 176853-1/2011 Continental Casualty Company National Fire Insurance Company of Hartford �w�aaronit� American Casualty Company of Reading, Pennsylvania ALY Mtn Mary A. Rlbikaj&s Assistant Secretary Page Intentionally Left Blank ITB 12-10495-CI Addendum No. 1 REVISED CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance AgentBroker. 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, fiunish a valid insurance certificate to the City meeting all of the requirements defined in this bid. Contractor Contractor (Print) CONTRACTOR'S BUSINESS NAME: 4 � ,"6~ �Aj K (Print or Type) CONTRACTOR'S FIRM ADDRESS: II NOTE TO CONTRACTOR II If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. ITB 12-10495-CI, Lubbock Memorial Civic Center Physical Plant Roof Replacement Pale Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO �/ If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Bidder's Initials QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, 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 If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withhel4dJnfqpxWion in my statements and answers to questions. I am aware that the information given by me n is ionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions4nnay ca � be rejected. Signature 7 /C-liO�iti� Title 7 r ` 4 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: G� y�}yr/ � /"O c FEDERAL TAX ID or SOCIAL SECURITY No. Z _7 Z Z 2, _q Signature of Company Official Printed name of company ofi'ic Date Signed: �� 7� Pau Intentionally Left Blank I I I f ! Ll 1 LIST OF SUB -CONTRACTORS I I Pa2e Intentionally Left Blank rll I 1 BID # 12-10495-CI - Lubbock Memorial Civic Center Physical Plant Roof Replacement LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ Company (ice /7'UYHrt/TAeS� l./c.lfiif�t/if/� Address CO.Coun 3771/2 State Zi Code Telephone: �.20 Fax: .2/0 _ -67-- 2/5 7 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 Pate Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. 13. 14, 15. 16. BID # 12-10495-Cl — Lubbock Memorial Civic Center Physical Plant Roof Replacement FINAL LIST OF SUB CONTRACTORS Company -Name Location Services Provided Coiiipan\' Address County State Zip Code Telephone: Z --7'-r,? C0 --f z--o Fax: Z,, -LiL-f/ 2,:) ='T Minority Owned Yes No ❑ 0( ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO I Pap-e Intentionally Left Blank I v m PAYMENT BOND Page Intentionally Left Blank Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX —Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact " This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors ofthe Company at a meeting duly called and held on the 1'Ih day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI —Execution of Documents Section 3 Appointment of Attomey4n-Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in -fact " This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17m day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue b be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII—Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact " This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Iesolution adopted by the Board of Directors of the Company at a meeting duly called and held on the It day of February, 1993. "RESOLVED: That thq qn,� the g e� r} ecutive Vice President or any &nior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile o an po dtl ey granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or c'`prtifscao bearjug� §u h facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so executed and sealed and` rtrfied 4;e�, teat so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding of the Ins"tW Company." POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company; an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reacting, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Peggy Gonzalez, David C Hughston, Christopher Hughston, Maria V Edwards, Individually of Brownsville, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 28th day of October, 2011. try coPwo"Ve SEAL log? Continental Casualty Company to National Fire Insurance Company of Hartford �wcoaorra A American Casualty Company of Reading, Pennsylvania MY I1, • Stathy Darcy Ar error Vice President State of Illinois, County of Cook, ss: On this 28th day of October, 2011, before me personally came Stathy Darcy to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. PRICE � s nDTARYNIRIC•BrAROFtLM101i W Odi/IMpl�1/�.9MBfb1 My Commission Expires September 17, 2013 Eliza Price Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on th r@@verse hereof is still in force. Inhestimony whereof I havhe�e nto subscribed my name and affixed the seal of the said insurance companies this �tri day of Marc - , U a!s'C��C?y INSURq,� 0° Ica SEAL � `.� � AMUZ i' • dc' lasl Wwr +a►a�� Form F68.53-1%L011 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania — ��� a- ca���- Mary A. Rfhikaokis Assistant Secretary STATUTORY PAYMENT BOND PURSUANT TO SECTION Z253.021(a) OF T IM TEXAS GOVERNWNT CODE (CONTRACTS MORE THAN S50,000) KNOW ALL MEN BY THESE PRESENTS, that CS Advantage USAA, Inc. (herchafbcr called the Principals), as Principal(a), and Continental Casualty Company (herciwfbr called the Surety(4 as Surety(aN are hold and firmly bound unto the City of Lubbock 0=cinafier called do Obligese), in the amount of Fifty -Bight Thousand Five -Hundred Dollars ($58,5W) lawful money of the United States for the prytnont whereat the said Principal and Surety bind tbanuelvm, and their heirs, administrators, aceutors, successors and assigns, jointly and severally, firmly by these press tL WWREAS, the Principal has entered into a certain writtaa contract with the Obligee, dated the 6th day of March, 2012, to rM 12-10495-Cl Lubbock Memorial Ctvio Center Physical Plant Roof Replacement and said Principal under the law is required befaro conuruncing ties walk provided for in said contract to execute a bored in the amount of acid contract which contract is hereby refared to aid mate a part hereof as fully and to the same extent as if copied at length herein. NOW, TBEREFOM THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to hirn or a subcontractor in the prosecution of the work provided for in said eorttract, than, this obligation shall be void; otherwise to ramiain in full force and effect; PROVIDED, HOWEVER, that thin bond is executed ponatant to tha provisions of Section 2253.021(a) of the Texas Govermnenrt Codes, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same sextant as if it were copied at length herein IN WPfNESS WHEREOF, the said Principal (a) and Surety (s) have signed and scaled this instrument this ft day of March 2012. Continental Casualty Company CS Advantage USAA, Inc. Surety (Company Namc) _ :-�� ; ,,,�, =�.-air•; �-: -(�) l� zal o ey-tn-Fact (>edNa>na) L e6ed 0Z86LZt'Ll8 ssa.rdx3 uul AepnoH kULL 66 ZtOZ £0 •dV No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By. (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 3 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Principal(s), as Principal(s), and (hereinafter called the (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Fifty -Eight Thousand Five -Hundred Dollars ($58,500) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 61h day of March, 2012, to 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 2012. Surety (Company Name) *By: (Title) By: (Printed Name) (Signature) (Title) CERTIFICATE OF INSURANCE Page Intentionally Left Blank ACC>Rbr CERTIFICATE OF LIABILITY INSURANCE 3/22/2012 Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER Hughston Insurance Agency Inc 46 Cove Circle Brownsville TX 78526-8550 CONTACT NAME: Ma Edwards PHONE (956) 542-4387 FAX No. (956)542-8335 E-pAtLESS: mary@hiains . net INSURERS AFFORDING COVERAGE NAIC # INSURERA:Starr Surplus Lines Ins. CO. INSURED CS Advantage USAA, Inc. PO Box 12407 College Station TX 77845 INSURERB:Travelers Insurance INSURERC:TOrus Specialty Insurance Co INSURERD:Texas Mutual Insurance Company 2945 INSURERE:America First Insurance Co. 12696 INSURERF: COVERAGES CERTIFICATE NUMBER:Master Rev 11/12 REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/ D/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 - PREMISES Ea occurrence) 5O 000 $ r X COMMERCIAL GENERAL LIABILITY A I CLAIMS -MADE FXI OCCUR SLPGGL0078900 /28/2011 /28/2012 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 X1 POLICY PRO LOC $ AUTOMOBILE LIABILITY COMBINED sMtrI!TTM= Ea accident 1,000,000 B X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS -9A215232 /13/2012 /13/2013 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE PE Par accident $ $ 1,000,000 X X UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 C EXCESSLIAB CLAIMS -MADE DED RETENTION$ $ 7847B110AL1 /28/2011 /28/2012 D WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) N/A SF0001211645 /28/2011 /28/2012 E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 E All Risk Builders Risk 8772404 /28/2011 /28/2012 Any oneJobsihe $500, 000 Temporary Location $200, 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: ITB 12-10495-CI Lubbock Memorial Civic Center Physical Plant Roof Replacement Additional Insured Endorsement on a Primary & Non -Contributory basis is shown on General Liability Policy as per Endorsements CG2010 (10/01) and CG2037 (10/01). Waiver of Subrogation Endorsement is shown on Workers Compensation policy as per WC420304A (01/00), on General Liabiilty as per CG2404 (10/93) and on Business Auto as per CAT420 (07/06). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. c/o Purchasing Department AUTHORIZED REPRESENTAL1l�_ < 1625 13th Street Suite 204 Lubbock, TX 79401 Peggy Gonzalez/ME ACORD 25 (2010/06) 01988-2010 C RD E�PO 10 . All rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of AC COMMERCIAL GENERAL LIABILITY CO 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Blanket as required by wrltinn contract (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement ) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CO 24 0410 93 ® Insurance Services Office, Inc., 1992 No Text COMMERCIAL GENERAL LIABILITY CC 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Blanket as required by written contract on a primary & non-contributory basis. (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A Section Ii — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after. (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project C©20101001 COMMERCIAL GENERAL LIABILITY CO 20 3710 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART or as required by virtue of written contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) Section 11— Who Is An Insured is amended to include as an insured the person or organization• shown in the Schedule, but only with respect to liability arising out of'your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations hazard". CG 20 3710 01 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorse- ment, the provisions of the Coverage Form apply unless modified by the endorsement. A. PERSONAL EFFECTS COVERAGE SECTION III — PHYSICAL DAMAGE COVER- AGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: Personal Effects Coverage We will pay up to $400 for "loss" to wearing ap- parel and other personal effects which are: (1) owned by an "insured"; and (2) in or on your covered "auto"; in the event of a total theft "loss" of your covered "auto". No deductibles apply to Personal Effects Cover- age. B. AUTO LOAN LEASE GAP COVERAGE SECTION III — PHYSICAL DAMAGE COVER- AGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: Auto Loan Lease Gap Coverage for Private Passenger Type Vehicles In the event of a total "loss" to a covered "auto" of the private passenger type shown in the Schedule or Declarations for which Physical Damage Cov- erage is provided, we will pay any unpaid amount due on the lease or loan for such covered "auto" less the following: (1) The amount paid under the Physical Damage Coverage Section of the policy for that "auto"; and (2) Any: (a) Overdue lease/loan payments at the time of the 'loss"; (d) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. C. COVERAGE EXTENSION — AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT NOT DESIGNED SOLELY FOR THE PRODUCTION OF SOUND SECTION III — PHYSICAL DAMAGE COVER- AGE, B. Exclusions, exception paragraph a. to exclusions 4.c & 4.d is deleted and replaced with the following: a. Equipment and accessories used with such equipment, except tapes, records or discs, provided such equipment is permanently in- stalled in the covered "auto" at the time of the "loss" or is removable from a housing unit which is permanently installed in the covered "auto" at the time of the "loss", and such equipment is designed to be solely operated by use of the power from the "auto's" electri- cal system, in or upon the covered "auto'; or D. WAIVER OF DEDUCTIBLE — GLASS SECTION III — PHYSICAL DAMAGE COVER- AGE, D. Deductible is amended by adding the following: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. E. HIRED AUTO PHYSICAL DAMAGE COVER- AGE SECTION III — PHYSICAL DAMAGE COVER- AGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: (b) Financial penalties imposed under a Hired Auto Physical Damage Coverage Exten- lease for excessive use, abnormal wear sion and tear or high mileage; If hired "autos" are covered "autos" for liability (c) Security deposits not returned by the les- Coverage and this policy also provides Physical sor; Damage Coverage for an owned "auto", then the CA T4 20 07 06 includes the copyrighted material of Insurance Services office, Inc. with its permission. Page 1 of 2 Includes the copyrighted material of The St. Paul Travelers Companies, Inc. 009120 No Text COMMERCIAL AUTO Physical Damage Coverage is extended to "autos" that you hire, rent or borrow subject to the following: (1) The most we will pay for "loss" in any one "accident" to a hired, rented or borrowed "auto" is the lesser of. (a) $50,000; (b) The actual cash value of the dam- aged or stolen property as of the time of the "loss"; or (c) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. (2) An adjustment for depreciation and physical condition will be made in deter- mining actual cash value in the event of a total "loss". (3) If a repair or replacement results in better than like kind or quality, we will not pay for the amount of betterment. (4) A deductible equal to the highest Physical Damage deductible applicable to any owned covered "auto". (5) This Coverage Extension does not apply to: (a) Any "auto" that is hired, rented or bor- rowed with a driver; or (b) Any "auto" that is hired, rented or bor- rowed from your "employee". F. BLANKET WAIVER OF SUBROGATION SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, S. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: S. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex tent required of you by a written contract exe- cuted prior to any "accident" or "loss", pro- vided that the "accident" or "loss" arises out of the operations contemplated by such con- tract. The waiver applies only to the person or organization designated in such contract. G. BLANKET ADDITIONAL INSURED SECTION II - LIABILITY COVERAGE, part A. 1. Who Is An Insured, paragraph c. is amended by adding the following: Any person or organization that you are required to Include as an additional insured on this Cover- age Form in a written contract or agreement that is signed and executed by you before the "bodily Injury* or "property damage" occurs and that is in effect during the policy period is an "insured" for Liability Coverage, but only for damages to which .this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. H. EMPLOYEE HIRED AUTOS SECTION 11 - LIABILITY COVERAGE, A. Cov- erage,1. Who is An Insured is amended by add- ing the following: �- Aw"employee°..of-yours is an "insured" while op- erating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 1. COVERAGE EXTENSION - TRAILERS SECTION 1 - COVERED AUTOS, C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos, paragraph 1. is deleted and replaced by the following: 1. "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. Page 2 of 2 Includes the copyrighted material of Insurance Services Office, Inc. with its permission. CA T4 20 07 06 Includes the copyrighted material of The St. Paul Travelers Companies, Inc. CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ tl Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVELIABILITY fi Any Auto Combined Single Limit $ n All Owned Autos Bodily Injury (Per Person) $ n Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY n Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ * BUILDER SRISK * 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ i I Included Statutory Limits Partners/Executive n Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: - . Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. It shall be the contractor's responsibility to provide the owner all proof of coverage insurance documents including worker's compensation coverage for each sub -contractor. The additional insured endorsement shall include products and complete operations. l 13 4 , y Page Intentionally Left Blank CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT Paite Intentionally Left Blank r v v v CONTRACT 10495 �I STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 6`" day of March, 2012, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and CS Advantage USAA, Incorporated of the City of College Station, County of Brazos and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 12-10495-CI, Lubbock Memorial Civic Center Physical Plant Roof Replacement ' and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. CS Advantage USAA, Incorporated's bid dated January 30, 2012 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: •up 01:_. Company G::5 LSQVA1/T196 1 >N-1� Address ice, V,, , Z 9 "7' CcL E, City, State, Zip <Vl- `--- ATTEST: CITY OF LUBBOCK, TEXAS (OWNER): By:MAY_& ATTEST: n, City Se etary APP AST FORM: City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit CS Advantage USAA, Incorporated who has agreed to perform the work - embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Freddy Chavez, Civic Services Director so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". i _ 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 7 10. 11. 12. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18. 19 20. 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. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 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 fiu ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. 25 26. 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 shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT -- ( If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of _ work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to LJ such an extent as to give reasonable assurance of compliance with the schedule of progress. ,- i; 0 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection �- with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED 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 WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. I, B. C. D. E. F. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; 500 000 Combined Single Limit, Any Auto. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. Umbrella Liability Insurance - NOT REQUIRED. Worker's Compensation (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job of at least $500,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or 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. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shownton the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 10 G (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be riled with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (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; m g._ (d) obtain from each person providing services on a project, and provide to the governmental 4 entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation: Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: W provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of 12 29. U11 31 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 s of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 1 (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 [J (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. 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. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 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. 13 Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except - that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is. an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of One -Hundred Dollars ($100) PER WORKING 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 14 35. W. 37 M consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 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. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the 15 specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the 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 16 43 44. 45. C3'1 retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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. 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. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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. 17 - When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case 18 L_ 49 U1 of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 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. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 r 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. 9 21 �i DAVIS BACON WAGE DETERMINATIONS Pate Intentionally Left Blank EXHIBIT A General Decision Number: TX100296 12/16/2011 TX296 Superseded General Decision Number: TX20080296 State: Texas Construction Type: Building County: Lubbock County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 06/25/2010 3 10/01/2010 4 08/26/2011 5 10/07/2011 6 12/16/2011 * BOIL0531-001 08/08/2011 Rates Fringes Boilermaker ....................$ 23.63 18.46 ---------------------------------------------------------------- BRTX0005-003 06/01/2011 Rates Fringes Bricklayer .....................$ 24.88 9.07 ---------------------------------------------------------------- CARP0665-002 05/01/2010 Rates Fringes Carpenter ......................$ 20.18 5.56 ---------------------------------------------------------------- ENGI0178-004 12/01/2009 Rates Fringes OPERATOR: Forklift ..............$ 21.20 9.35 ---------------------------------------------------------------- IRON0263-017 06/01/2008 Rates Fringes Ironworker, reinforcing ........ $ 20.90 4.60 ---------------------------------------------------------------- PAIN0053-003 04/01/2008 Rates Fringes 2 Painter - Brush, Roller & Spray ............................$ 15.81 4.56 ---------------------------------------------------------------- PLUM0629-019 09/24/2011 Rates Fringes PLUMBER/PIPEFITTER...............$ 21.75 6.25 ---------------------------------------------------------------- SHEE0049-007 06/01/2011 Rates Fringes SHEETMETAL WORKER (HVAC Duct and System Installation Only) .... $ 22.18 9.47 --------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: Mason Tender - Brick ... $ 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ 13.81 0.00 OPERATOR: Blade/Grader .......... $ 12.97 0.00 OPERATOR: Front End Loader ...... $ 12.23 0.00 ROOFER ...........................$ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ ---------------------------------------------------------- 10.15 0.00 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 (29 CFR 5.5(a)(1)(ii)). ---------------------------------------------------------------- 3 In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. 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. 4 Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 5 ASBESTOS SURVEY Page Intentionally Left Blank I I I I city of b*ock ASBESTOS BUILDING SURVEY Site: Civic Center Physical Plant 1506 6`h street 2 Survey Summary Intent of Survey This survey was designed to identify any asbestos containing building materials (ACBM) that may be present in the building. Any confirmed ACBM would need to be removed before any major demolition or renovation that would disturb this material takes place. Certifications The City of Lubbock is licensed and authorized to perform as an Asbestos Management Planner agency- DSHS license # 200076 Expiration date 11 /18/12 The City of Lubbock employs Wesley Everett who is licensed as an Asbestos Individual Management Planner DSHS license # 205545 Expiration date 1 I/02/11 to write and maintain a written plan describing appropriate actions for surveillance and management ! of asbestos containing materials. The City of Lubbock employs John Castillo who is licensed as an Asbestos Inspector to perform asbestos surveys — DSHS license #602873, Expiration Date 03/19/2012. Building Summary General: The survey was performed on the entire roof of the building at 1506 6"' St. in Lubbock, TX. The building is a one story structure erected on a cement slab. The roof consist of tar and gravel along with some gypsum decking. Survey Protocol & Method Protocol: The City of Lubbock performed an asbestos survey for the presence of asbestos containing materials. The survey was conducted by John Castillo. The survey included a comprehensive visual inspection and bulk sampling to determine the presence of asbestos -containing materials (.ACM). The survey was completed for the entire roof and included both friable and non -friable materials. Due to the limited nature of this survey the City of Lubbock does not warrant the existence or non-existence of ACBM concealed in spaces or areas not sampled or any other areas of the building outside the proposed inspection area or areas that are not accessible. Therefore, any suspect materials hidden in or behind walls, under the flooring or other areas not accessible are not included in this report. Method: The survey followed all current EPA guidelines for surveying. The survey was conducted on a homogeneous area basis. A homogeneous are is defined as an area exhibiting consistent construction materials and techniques for that area. The materials were sampled and submitted for analysis for asbestos content. The samples were analyzed by Polarized Light Microscopy (PLM) in accordance with EPA approved analytical methods. During any future renovations or construction work, any material which is suspected of containing asbestos and was not sampled should be evaluated and sampled according to TDSH and Federal EPA rules and regulations prior to any disturbances or removal. The laboratory analysis was perfonned by Quantem Laboratories; TDSHS license #30-0143. Survey Results 2 suspect materials and homogeneous areas were indentified and bulk samples were collected for PLM bulk samples analysis. Samples were taken from the following materials: 1. Silver and black roof flashing material 2.• Black and silver rolled roof material_ Asbestos was discovered in the following materials: Category I non -friable roofing materials The laboratory results indicate that the silver roof flashing and all penetrations contain 10% chrysotile asbestos. If the operation is a renovation and category I roofing materials is being removed using either manual methods or slicing, notification is not required by the NESHAP. r Wesley Everett DSHS A1MP 4205545 /John Castillo �`� DSHS AI #502873 Page Intentionally Left Blank I 1 SPECIFICATIONS Pa2e IntentionaRy Left Blank I PHYSICAL PLANT LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK LUBBOCK, TEXAS ARMKO INDUSTRIES, INC. LUBBOCK, TEXAS September 14, 2011 Table of Contents DIVISION 01 GENERAL 322 Photographic Documentation 1 thru 2 DIVISION 06 CARPENTRY 105 Miscellaneous Carpentry 1 thru 6 DIVISION 07 THERMAL AND MOISTURE PROTECTION 509 Four Ply Built-up Roof Membrane 1 thru 20 591 Membrane Roofing Preparation 1 thru 8 620 Sheet Metal and Miscellaneous Accessories 1 thru 8 DETAIL DRAWINGS AND ROOF PLANS PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK ARMKO INDUSTRIES, INC. } LUBBOCK, TEXAS SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. B. Related Sections include the following: 1. Division 1 Section "Unit Prices" for procedures for unit prices for extra photographs. 1.03 ALLOWANCE A. Costs: Photographer's services are included under the cash allowance for construction photographs established in Division 1 Section "Allowances." 1.04 SUBMITTALS A. Qualification Data: For photographer. B. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph or videotape. Indicate elevation or story of construction. Include same label information as corresponding set of photographs or videotape. PART 2 - PRODUCTS 2.01 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in uncompressed TIFF format, produced by a digital camera with minimum sensor size of 4.0 megapixels. PART 3 - EXECUTION 3.01 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. PHOTOGRAPHIC DOCUMENTATION 01322 -1 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1. Date and Time: Include date and time in filename for each image. 2. Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to Architect and Owner. C. Preconstruction Photographs: Before starting construction, take digital photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect and Construction Manager. 1. Take eight (8) photographs to show existing conditions adjacent to property before starting the Work. 2. Take eight (8) photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 3. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. END OF SECTION 01322 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK ARMKO INDUSTRIES, INC. LUBBOCK, TEXAS SECTION 06105 MISCELLANEOUS CARPENTRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. 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. 4T 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 a 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. 4. Powder -actuated fasteners. MISCELLANEOUS CARPENTRY 06105 -1 l { PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 5. Expansion anchors. 6. Metal framing anchors. 1.05 QUALITY ASSURANCE A. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2, "Principles and Criteria": 1. Dimension lumber. 2. Miscellaneous lumber. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.01 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 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. 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. MISCELLANEOUS CARPENTRY 06105 - 2 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK I_ ARMKO INDUSTRIES, INC. f LUBBOCK, TEXAS 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. 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 or concrete. ,s t 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 r 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 j No. 3 grade and any of the following species: 1. Mixed southern pine; SPIB._a 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. _ MISCELLANEOUS CARPENTRY 06105 - 3 i? PHYSICAL PLANT- LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS C. Other Framing: Construction, Stud, or No. 2 grade and any of the following species: 1. Douglas fir -larch; WCLIB or WWPA. 2. Douglas fir -south; WWPA. 3. Douglas fir -larch (north); NLGA. 4. Hem -fir; WCLIB or WWPA. 5. Hem -fir (north); NLGA. 6. Southern pine; SPIB. 7. Mixed southern pine; SPIB. 8. Spruce -pine -fir (south); NELMA, WCLIB, or WWPA. 9. Spruce -pine -fir; NLGA. 2.04 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including the following: 1. Rooftop equipment bases and support curbs. 2. Blocking. 3. Cants. 4. Nailers. 5. Furring. 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. 4. Eastern softwoods, No. 2 Common grade; NELMA. 5. Northern species, No. 2 Common grade; NLGA. MISCELLANEOUS CARPENTRY 06105 - 4 I PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 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 818.2.1. (ASME B18.2.3.8M). G. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon -steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). 2.06 METAL FRAMING ANCHORS 1. General: Provide galvanized steel framing anchors of structural capacity, type, and size indicated and acceptable to authorities having jurisdiction. 2. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653/A 653M, G60 (Z180) coating designation. PART 3 - EXECUTION i 3.01 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. MISCELLANEOUS CARPENTRY' 06105 - 5 �t I PHYSICAL PLANT -- LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 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 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS SECTION 07509 FOUR -PLY BUILT-UP ROOFING PART 1 - GENERAL 1.01 SECTION INCLUDES A. New built-up roofing and related membrane and penetration flashings. 1.02 AREAS INCLUDED A. Low Slope Built-up Roof Areas on the Physical Plant — Lubbock Memorial Civic Center 1.03 INSTALLER QUALIFICATIONS A. Roofing installer must be: 1. Currently prequalified with the Owner in accordance with Owner's prequalification requirements. 2. Currently in good standing with the manufacturer. 3. Installer must be an experienced single firm specializing in the type of roofing repair and/or removal and replacement work required, employing only experienced workers for the class of work in which they are employed, having at least five (5) years successful experience on projects similar in size and scope and acceptable as applicators by the Owner's representative. 4. Contractor must have successfully completed previous projects warranted by the manufacturer. B. It shall remain each Bidder's responsibility to determine his current status with the manufacturer's certification plan. 1.04 QUALITY ASSURANCE A. Testing Laboratory Services: Test results shall meet or exceed established standards. B. Underwriters Laboratories, Inc. (Roofing Covering): Class A fire hazard classification. C. Comply with governing local, state, and federal regulations, safety standards, and codes. D. Regulatory Requirements: 1. System shall be classified by Underwriters Laboratories Inc., UL 790, as class A roof covering. 2. Follow local, state, and federal requirements, safety standards, and codes. 3. Refer to applicable building codes for roofing system installation requirements and limitations. When conflict exists, the more restrictive document will govern. E. Pre -installation Conference: 1. Prior to roofing installation, conduct pre -installation conference at project site. 2. Attendance: Owner, Consultant, Contractor, project superintendent, roof applicator, and roof manufacturer's technical representative. BUILT-UP ROOFING 07509 -1 If I PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 1 3. Agenda: a) Scheduling of roofing operation. b) Daily production anticipated. c) Designation of key individuals and their respective responsibilities. d) Processing procedures of field and change orders. e) Review of staging and material storage locations. f) Accommodations for temporary services (water, power). g) Coordination of work by other trades. h) Protection of completed roofing. i) Emergency rain protection procedures. j) Discussion of process for manufacture's inspection and acceptance of completed roofing and flashings. . k) Manufacturer's deck inspection to be performed. F. Installation: 1. Installation shall be in accordance with procedures and standards set forth by National Roofing Contractors Association. 2. Installation shall be in accordance with manufacturer's current published application procedures and general recommendations of National Roofing Contractor's Association. Follow Underwriters Laboratories' requirements acceptable for use with specified products or systems. 3. Roofing shall be as described in this section and shall be provided and approved by roof system manufacturer. Materials not manufactured or provided by manufacturer shall have written approval from manufacturer stating that materials are acceptable and are compatible with other materials and systems required. G. There shall be no deviations made from manufacturer's published specification, this specification, or approved shop drawings without prior written approval of Owner's representative and Roof Membrane Manufacturer. H. Perform work on this section in accordance with best standards of practice relating to trades involved. I. Pullout Tests: Conduct pullout test on deck using appropriate fastener prior to roof system installation. Submit pullout results for manufacturer's review to determine specific fastening pattern for this project, minimum uplift requirements shall conform to current ASCE 7 criteria. J. Material Manufacturer's Inspection Paid for By Contractor: Minimum of two inspections shall be made during Project schedule by authorized representative of roof system manufacturer to ensure that said Project is installed in accordance with manufacturer's requirements. Manufacturer shall provide written report to the Owner's representative within five days of each inspection stating acceptance of Contractor procedures and outlining items of non-compliance with manufacturer's requirements. K. Material Manufacturer's Final Inspection: 1. Manufacturer's authorized representative shall provide final inspection at completion of project to ensure that project has been completed in accordance with manufacturer's requirements. Upon approval and acceptance of project, manufacturer's warranty certification shall be written, executed, and furnished to Owner. BUILT-UP ROOFING 07509 - 2 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 2. Contractor shall pay for manufacturer's final inspection and additional inspections. 1.05 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D41-85 Asphalt Primer Used in Roofing and Waterproofing 2. D312-89 Asphalt Used in Roofing 3. D 1863-86 Mineral Aggregate Used on Built-up Roofs 4. D 2178-89 Asphalt Glass (Felt) Used in Roofing and Waterproofing 5. D 2824-85 Aluminum - Pigmented Asphalt Roof Coatings 6. D 4586-86 Asphalt Roof Cement, Asbestos Free B. Federal Specifications (FS): FF-S-325 Shield, Expansion; Nail, Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry) C. Industry Standards: 1. The National Roofing Contractors Association (NRCA) - Roofing and Waterproofing Manual 2. National Roofing Contractor's Association (NRCA) - Technical Developments Bulletin 2-91 3. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) - Architectural Sheet Metal Manual 4. American Society of Civil Engineers — ASCE 7 1.06 SUBMITTALS A. Comply with Section 1330 for all submittals on this project. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original, unopened containers and rolls with all labels intact and legible including labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. B. Manufacturer's packaging and/or roll plastic is not acceptable for exterior storage. Tarpaulin with grommets shall be minimum acceptable for exterior coverings. All materials stored as above shall be minimum of four inches (4") off the substrate, and the tarpaulin tied off with rope. C. Deliver materials requiring fire resistance classification to the job with labels attached and packaged as required by labeling service. D. Deliver materials in sufficient quantity to allow continuity of work. �.i E. Handle and store material and equipment in such a manner as to avoid damage. Liquid products shall be delivered sealed, in original containers. L� F. Handle rolled goods so as to prevent damage to edge or ends. l? BUILT-UP ROOFING 07509 = 3 ` t PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS G. Select and operate material handling equipment so as not to damage existing construction or applied roofing. H. Moisture -sensitive products shall be maintained in dry storage areas and properly covered. Provide continuous protection of materials against wetting and moisture absorption. Store roofing and flashing materials on clean raised platforms with weather protective covering when stored outdoors. Store rolled goods on end. J. Protect materials against damage by construction traffic. K. The proper storage of materials is the sole responsibility of the contractor and any wet or damaged roofing materials shall be discarded, removed from the project site, and replaced prior to application. L. Comply with fire and safety regulations, especially with materials which are extremely flammable and/or toxic. Use safety precautions indicated on labels. M. Products liable, such as emulsions, to degrade as a result of being frozen shall be maintained above 400 F in heated storage. N. No storage of materials shall be permitted on roof areas other than those materials that are to be installed the same day. Any exception must be in written form. O. The contractor is to erect a temporary chain link fence, minimum six feet (6') in height, around work area stage and kettles. Fence is to be secured on a daily basis. 1.08 SITE CONDITIONS A. Job Condition Requirements: 1. Coordinate the work of the contractor with the work to be performed by the Owner's personnel, to ensure proper sequencing of the entire work. The Owner's personnel will be erecting interior protection for equipment, if required. The contractor is to schedule his work so that adequate time is allowed for the Owner's personnel to perform this work. No roof work shall be performed until the Owner's personnel have completed erection of the interior protection in that area. 2. Apply roofing in dry weather. 3. Do not apply roofing when ambient temperature is below 400 F (40 C). 4. Proceed with roofing work only when weather conditions are in compliance with manufacturer's recommended limitations, and when conditions will permit the work to proceed in accordance with specifications. 5. For further information regarding roofing material manufacturer's recommendations for project conditions, refer to the manufacturer's published application manual. 6. Schedule the work so the building will be left watertight at the end of each day. Do not remove more roofing or insulation material than can be reinstalled in any working day. BUILT-UP ROOFING 07509 - 4 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK ARMKO INDUSTRIES, INC. LUBBOCK. TEXAS 2.06 FASTENERS A. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide, and be as recommended by the fastener manufacturer for the specific application. B. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless steel nail, one piece unit, flat head, as manufactured by Rawl Zamac Nailin, or approved equal. C. Fastener for Gypsum Concrete Deck: Shall be a split shank, one piece fastener, to be used with a two and three -fourths inch (2-3/4") bilateral metal plate, both G-90 galvanized, as manufactured by Olympic Fasteners, or approved equal. Fasteners and plates shall be listed in the FM Global Approval Guide. 2.07 ROOFING AGGREGATE A. ASTM D 1863 covers the quality and grading of crushed stone and water worn gravel suitable for use as coarse mineral aggregate. B. General Characteristics of Crushed Stone and Gravel: The stone and gravel at the time of application shall be hard, durable, surface dry (up to 2% by weight moisture content), free of clay, loam, sand, or other foreign substances, and shall conform to size grading and property requirements. C. Grading: The aggregate shall conform to sieve analysis as follows: Sieve Total Passing 3/4" 100 1 /2" 90 to 100 3/8" 40 to 70 No. 4 0 to 15 No. 8 0 to 5 D. Physical Property Requirements: Moisture, crushed stone and gravel 2.0% max. Unit Weight (loose) 60 lbs./cu. ft., min. Dust 0.5% max. Hardness, amount passing 20% max. No. 5 (3.36 mm) sieve when tested in accordance with ASTM D 1865 2.08 CANT STRIP A. Shall be wood fiber where used for non-structural purposes. Shall be treated solid wood where used for structural purposes meeting NRCA, FM Global and Underwriters Laboratory guidelines. If solid wood cant is used where insulation exists, cant is to be toe nailed into treated solid wood nailer the same height as insulation. A. All nailers, cants and wooden curbs shall be treated lumber as required by NRCA, FM Global and Underwriters Laboratory guidelines. BUILT-UP ROOFING 07509 - 9 it °r; PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 2.10 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) as manufactured by Sonneborn (RC-708), or approved equal. 2.11 LEAD JACKS A. Shall be four pound (4#) lead, and of dimensions required to completely cover existing plumbing stack. 2.12 LEAD FLASHING DRAINS A. Shall be four pound (4#) lead, minimum thirty-six inches by thirty-six inches (36" x 36"), used for flashing of internal drains. 2.13 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, as manufactured by Sonneborn (RC-710), or approved equal. 2.14 ALUMINUM ROOF COATING A. Fibered aluminum roof coating containing three pounds (3#) per gallon of aluminum paste pigment, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification TTC-498C ASTM D 2824 - 85, Type III Flash Point (ASTM D 93) 100° F (38° C) Min. Weight per gallon (approximate) 9.5 lbs. Drying time Overnight Viscosity @ 80° F (27° C) (ASTM D 562) 120-145 K.U. % Non -Volatile (Fed. Test Method 141) 55% Min. % Specially Processed Asphalt 25% Min. % Polished Aluminum Leafing Paste 32% Type of Aluminum Paste, TT-P-320D, Type II Class B %Total Solids, by Volume 38°% Film Thickness of 1 gal./100 sq. ft. (Less absorption by surface) 6 Mils Service Temperature, Extended Exposure -20° to +180° F Resistance to Oils, Solvents & Chemicals Poor Resistance to Sunlight Excellent Effects of Weathering Very Slow Erosion Water Resistance Under Good Drainage Conditions Excellent Under Continuous Submersion Poor BUILT-UP ROOFING 07509 -10 r, PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 2.15 ASPHALT PLASTIC ROOF CEMENT A. Trowel -applied mastic used to repair blisters, splits, and flanges on gravel stops, stacks, vents, and similar applications, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. - Applicable Federal Specification SS-C-153C, Type I ASTM D 4586 Flash Point 105° F Weight per gallon (approximate) 11 lbs. Viscosity @ 80' F (ASTM D 217) 270-330 • Non -Volatile (Fed. Test Method 141) 70% Min. • Specially Processed Bitumen 30% Min. • Total Solids, by Volume 75% Min. Dry film thickness of 1 gal./15 sq. ft. 85 Mils Drying time 2 to 3 days Service Temperature, Extended Exposure -20° to +150° F Resistance to Oils & Solvents Poor Resistance to Sunlight Good Resistance to Chemicals Good Effects of Weathering Slight chalking Water Resistance Under Good Drainage Conditions Excellent Under Continuous Submersion Fair 2.16 ASPHALT ROOF PRIMER A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, Hand! -Gard RC-114, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification SS-A-701B ASTM D 41 Flash Point 105° F Viscosity at 80° F (ASTM D 217) 50-60 K.U. Weight per gallon 7.4 pounds Drying time (to touch) Min. 4 hours 2.17 FIBERGLASS COATED MEMBRANE A. A non -rotting, non -absorbent woven fiberglass membrane having a vinyl coating designed for membrane reinforcement for all roof repairs. Compatible with either tar or asphalt bitumens, having ten (10) open -weave squares per inch. { L� BUILT-UP ROOFING 07509 -11 1 1) PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 2.18 ASPHALT FLASHING CEMENT A. Designed for laying -up cold process roof membrane flashings where fast -setting adhesive is required, as manufactured by Johns -Manville or Tamko Roofing Products, Inc., or approved equal. Applicable Federal Specification ASTM Flash Point Weight per gallon (approximate) Viscosity @ 77° F (25° C) (ASTM D 217) % Non -Volatile (Fed. Test Method 141) % Specially Processed Bitumen % Total Solids, by Volume Cured film thickness of 1 gal./15 sq. ft. Drying time Service Temperature, Extended Exposure Resistance to Oils & Solvents Resistance to Sunlight Resistance to Chemicals Effects of Weathering Water Resistance Under Good Drainage Conditions Under Continuous Submersion 2.19 ICE AND WATER SHIELD SS-C-153C, Type I D 4586 105° F (41 ° C) 10.8 lbs. 230-330 68% Min. 42% Min. 60% Min. 75 Mils 2 to 3 days -40° to +180° F Poor Good Good Slight chalking Excellent Fair A. A premium heavyweight, self -adhering underlayment, to use as an ice and water shield, such as: All Climate as manufactured by Elk Premium Building Products; Tamko TW Metal and Tile Underlayment as manufactured by Tamko Roofing Products, Inc.; or Vycor Ultra, as manufactured by Grace Construction Products; or approved equal. 2.20 MULTI -COMPONENT POLYURETHANE SEALANT A. Except as otherwise indicated, provide manufacturer's standard, non -modified, 2-or-more-part, polyurethane -based, elastomeric sealant; complying with either ASTM C 920, Type M, Class 25, or FS TT-S-00227E, Class A; self -leveling grade/type where used in joints of surfaces subject to traffic, otherwise non -sag grade/type, as manufactured by Sonneborn, or approved equal. B. Durability: Less than 0.5 square inch adhesion/cohesion loss for three (3) samples of both mortar and aluminum; ASTM C 719 test procedure. C. Adhesion in Peel: Fifteen pound (15#) peel strength and 10% maximum loss of bond to .' substrate; ASTM C 794. D. Bituminous Modification: Where joint surfaces contain or are contaminated with _. bituminous materials, provide manufacturer's modified type sealant which Is compatible with joint surfaces (modified with coal -tar or asphalt as required). 2.21 MISCELLANEOUS MATERIALS A. Other materials shall be as specified or of the best grade for the proposed use as recommended by the manufacturer. BUILT-UP ROOFING 07509 -12 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. } CITY OF LUBBOCK LUBBOCK, TEXAS PART 3 — EXECUTION j 3.01 GENERAL A. The manufacturer's Technical Specifications and current NRCA, Underwriters Laboratory and IBC guidelines shall be considered a part of this specification and should be referred to for more specific application procedures and recommendations. B. Application of materials shall be in strict accordance with the manufacturer's recommendations and current NRCA, Underwriters Laboratory and IBC guidelines, except where more stringent requirements are shown or specified. In the instance of a conflict between these specifications and those of the manufacturer and/or current NRCA, Underwriters Laboratory and IBC guidelines, the more stringent specifications shall take precedence. C. Perform work of this Section in accordance with best standards of practice relating to trades involved. D. Follow local, state and federal regulations, safety standards and codes. When conflict exists, the more restrictive document shall govern. E. Follow insurance underwriter's requirements acceptable for use with specified products or systems. F. Do not apply roofing materials unless asphalt application temperatures can be maintained within the equiviscous temperature (EVT) range; or when water in any form (i.e., rain, dew, ice, frost, snow, etc.) is present on the deck. Do not heat asphalt above finished blowing temperature, flash point or 525 degrees Fahrenheit. 1. The equiviscous temperature (EVT) is defined by the NRCA as the temperature at which a bitumen attains the proper viscosity for built-up membrane application. 2. The EVT range is defined by the NRCA as the recommended bitumen application temperature range. The range is approximately 25 degrees Fahrenheit above or below the EVT. The EVT range is measured in the mop cart or mechanical -, spreader just prior to the application of bitumen to the substrate. 3. The proper viscosity for mop application is 125 centipoise. The proper viscosity for mechanical spreader application is 75 centipoise. If both mop and mechanical application is used, the proper viscosity for both is 75 centipoise. G. Consider roof system manufacturer's technical specifications part of this specification and use as reference for specific application procedures and recommendations. i`_i H. Complete roofing, flashing, sheet metal, and other related items daily with exception taken to flood coat and aggregate. 3.02 EXAMINATION OF SURFACES A. Examine roof deck and related surfaces, and verify that there are not conditions such as inadequate anchorage, foreign materials, moisture, ridges, or other conditions which would prevent satisfactory installation of roofing system. BUILT-UP ROOFING 07509 -13 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS B. Correct conditions requiring correction or completion prior to installation of roofing system. Notify Owner's representative (Owner's representative, Contractor Officer) of unacceptable conditions. C. Do not proceed until defects are corrected. D. Verify location of interior ducts, electrical lines, piping, conduit, an similar obstructions. Perform work in manner to avoid contact with above mentioned items. E. Verify debris has been removed. F. Start of work under this Part Three constitutes acceptance of deck substrate and site conditions by roofing contractor. 3.03 SUBSTRATE PREPARATION A. Comply with Section 07591 Roof Substrate Preparation. 3.04 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of ACM roof materials takes place. The following procedures are to be followed as a minimum: A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes, picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating wedge to tear roofing materials. Breaking and/or slicing of material is permitted. Sanding, grinding or abrading during handling is not permitted. B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape. C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition. D. Ensure employees have received OSHA required training in asbestos removal and health hazards associated with exposure to airborne asbestos fibers. E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden sprayer or water hose with spray nozzle. F. Perform personal and area air monitoring for at least the first three (3) days of the project in accordance with 29 CFR 1910.1001. Monitoring shall be done by either: I)in-house certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified outside source. G. Asbestos Warning signs and tape shall be posted in tear -off area. H. Based on air monitoring results, the contractor MUST execute a Written Negative Exposure Assessment Determination and keep on file at the project site along with air monitoring results. BUILT-UP ROOFING 07509 -14 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must be enclosed. Disposal: Can be disposed of as construction debris at any approved landfill. 3.05 NAILERS A. Wooden hailers shall be installed at gravel stops, drip edges, and expansion joints on outside perimeter of building according to NRCA, Underwriters Laboratory and IBC guidelines. B. All Construction: Gravel stop and drip edge nailers shall be the same height as the new insulation 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 (T) on center maximum. Expansion joint nailers shall extend upward a minimum of eight inches (8") above finish roof height. 3.06 CANTS A. 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. 3.07 MECHANICALLY FASTENED BASE PLY A. Substrate shall be covered with a venting base sheet mechanically fastened as follows: Securement shall conform to the ASCE 7 criteria for wind uplift as dictated by wind zone applicable to location of project. Fasteners and fastening patterns shall be determined by building height, location and geographical area of the United States. It is the contractor's responsibility to consult current publications, literature, and bulletins of IBC and the fastener manufacturer that are in effect at the time of this project. 3.08 ROOF MEMBRANE INSTALLATION A. Install roof membrane materials in accordance with manufacturer's current published application instructions. B. Asphalt: Apply asphalt bitumen in accordance with EVT concept. Asphalt temperature shall be within 25 degrees of EVT at point of application. if this approximate temperature cannot be maintained at point of application, operations shall be discontinued. Asphalt shall not be heated above finished blowing temperature or maximum temperature of 525 degrees Fahrenheit. C. Embed four plies of roofing felt in shingle fashion (starter sheets required), lapping 27-112" into uniform moppings of steep appropriate grade hot asphalt bitumen. Plies may be left exposed as approved by roofing membrane manufacturer. BUILT-UP ROOFING 07509 -15 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS D. Apply roofing felt by rolling into hot bitumen applied by machine or hand mopping. Shingle felt in, free of buckles and fishmouths. Lay each ply so that flow of water is over or parallel to (but never against) lap. End laps shall be 6" minimum and at least 12" apart. E. Embed full 36" width of each ply in steep Type IV asphalt bitumen. Apply asphalt uniformly at nominal rate of 25 pounds per 100 square feet (minimum of 23 pounds and maximum of 45 pounds). Total asphalt requirement for each ply per square (25 pounds) is based upon 100 square feet of felt. Bitumen shall be sufficiently hot to ensure complete bond of ply to ply. F. "Brooming in" is required under normal conditions for both felt layer and hand mopping. Brooming is essential in cold weather and must be done promptly and effectively to eliminate voids and to ensure adequate adhesion. Moderately soft commercial broom or squeegee (36" wide) should be used for this purpose. Broom should be pulled while walking off felts. G. Backnailing: 1. Provide wood nailer strips secured to deck in areas where decking slope exceeds 2" per foot. 2. Nailer strips shall match thickness of roof insulation and provide securement for both insulation and roof membrane. 3. Place nailer strips and backnail roof membrane in accordance with manufacturer's recommendations based upon slope and location. H. Foot and equipment traffic over felt should be held to absolute minimum during application and until asphalt has sufficiently cooled to prevent bitumen displacement. 3.09 MODIFIED BITUMEN BASE FLASHING A. Place cant strips on top of roof insulation or nailer. Nail to deck and to wall or vertical nailer where possible. If not possible to nail, secure by applying plastic roof cement. B. Apply flashings only after built-up roofing membrane is in place. C. All flashings shall be constructed of flashings of two plies; one ply of Type IV fiberglass and one ply of modified bitumen flashing membrane. D. Cut modified bitumen flashing membrane to extend 4" minimum above top of field ply covering cant. Overall minimum height of top of flashing membrane above top of roof surface is 8"; maximum height is 14" unless otherwise noted on drawings. Flashing membrane must extend horizontally a minimum of 4" onto field of roof surface beyond bottom edge or cant strip or as shown on drawings. Side laps shall be 4" minimum and strip in vertical lamps with a 4" wide strip of fiberglass mesh embedded in flashing grade cement. E. Set felt layer and modified bitumen flashing membrane in separate moppings of hot Type IV asphalt at 25 pound per 100 square feet minimum. IBUILT-UP ROOFING 07509 -16 i PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS F. Mechanically attach top edge of modified bitumen membrane flashing with screws, waterproof washers, and aluminum compression bar. Fastener spacing shall be 6" on center. Nailing top edge of modified bitumen membrane is not accepted. Three (3) , course with plastic cement and fiberglass fabric to seal. G. Prime flashing surfaces with asphalt primer and permit to dry prior to application of modified bitumen membrane flashing. Apply asphalt primer at one gallon per 100 square feet minimum. H. Metal surfaces are not acceptable for application of base flashing membrane.' Inside and Outside Corners: Cut out and install oval boot at inside and outside corners in accordance with manufacturer's requirements. J. Extend hot asphalt one-half inch (1/2") minimum beyond side, field, or end lap. K. Fully bond flashing to substrate. Ensure flashing material conforms and adheres to vertical cant and horizontal substrates. L. Add color matched mineral granules to exposed asphalt at vertical or exposed horizontal seams. M. Bond flashing materials to substrate 100 percent. 3.10 METAL FLANGE FLASHINGS A. Sheet metal flanges shall be four inches (4") wide and flat, without creases or bends. B. Set flanges in bed of plastic cement at one gallon per 100 linear foot of 4" wide flange. C. Nail flanges three inches (3") on center and stagger. D. Prime metal surfaces with asphalt primer on both sides and permit to dry prior to rl application of modified bitumen flashing strip. Apply asphalt primer at one gallon per 100 sq. feet minimum. E. Extend modified bitumen flashing strip 4' minimum beyond edge of sheet metal flange. 3.11 ROOF DRAIN FLASHING A. Prime drain ring and apply 3" wide bed of roof cement to rim. B. Extend all field plies beyond inside edge of clamp ring, fully imbedded in hot asphalt. C. On top of field plies, set 36" sq. sheet of 4 lb. lead in bed of plastic cement. D. Prime lead sheet and install modified bitumen sheet that extends 6" beyond lead flashing on each side. E. Install clamp ring, bolts, fasteners and strainer, tightening all bolts to obtain full compression. BUILT-UP ROOFING- 07509 -17 C PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 3.12 VENT FLASHINGS A. Refer to sheet metal specification for fabrication and installation procedures. B. Refer to "METAL FLANGE FLASHINGS" of this Section for flashing procedure. 3.13 PIPE FLASHINGS A. Refer to sheet metal specification for fabrication and installation procedures. B. Refer to "METAL FLANGE FLASHINGS" of this Section for flashing procedures. 3.14 EDGING FLASHINGS A. An NRCA-approved gravel stop/fascia system shall be installed in strict accordance with published instructions. B. The roof membrane shall extend over the roof edge and down to base of nailer, and be fastened six inches (6") on center. A metal edge of proper gauge and dimensions shall be mechanically fastened, using a continuous clip fastened six inches (12") on center, to the wood nailer over the membrane. The metal shall have a minimum of a three inch (3") flange, set in asphalt mastic and fastened into nailer a minimum of six inches (6") on center, and a minimum of a four inch (4") fascia (match existing). The metal edge shall have a minimum of one inch (1") gravel stop, and the bottom edge of the new metal edge shall be the same elevation as existing. 3.15 SURFACING A. Prior to surfacing, inspect roof membrane to ensure it is in watertight condition. Roof membrane shall be free of dirt, dust, and moisture with damaged areas repaired before surfacing begins. t- B. Manufacturer's and Owner's inspections must be performed and punch list items complete before surfacing can begin. Obtain manufacturer's and Owner's written approval before applying surfacing. C. Flood Coat: Apply uniform mopping of Type IV hot asphalt bitumen not less than 60 pounds per 100 sq. feet over roof surface. D. Gravel: 1. Do not stockpile gravel on roof for spreading. 2. Embed gravel in hot bitumen uniformly applied over roof surface at 500 lbs. per 100 sq. feet minimum with no less than 300 lbs. per 100 sq. feet adhered. 3. Gravel shall be clean and dry enough to adhere to hot bitumen flood coat when installed. 4. Apply coating to flashings which do not have factory applied mineral surface in accordance with manufacture's recommendations. BUILT-UP ROOFING 07509 -18 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 3.16 PIPING/CONDUIT A. Piping/conduit shall be raised to NRCA recommended heights, and new pipe supports furnished. Permanent supports shall be installed upon pads approved by membrane manufacturer. Coordinate work with Owner's representative. B. All gas lines, piping, and conduits shall be coated with commercial grade yellow paint / specified aluminum coating. 3.17 DRAINS A. All broken or missing roof drain strainers shall be replaced. All drains shall receive new lead and new roof membrane installed in accordance with the detailed drawing. Existing drains which cannot be properly detailed shall be replaced with specified cast-iron drains. Every drain shall be inspected after roofing to ensure proper seal to leader line. B. All non -cast iron drains shall be replaced with new cast iron drain bowl and strainer 3.18 DAILY SEAL A. Install temporary water cut-offs at completion of each days work and remove upon resumption of work. B. Ensure that water does not flow beneath completed sections of membrane system, including completion of flashings, terminations, and daily seals. When possible, install starting at highest point of project area, working to lowest point. C. Temporarily seal loose membrane edge with hot asphalt. Exercise caution to ensure that membrane is sealed near drains in manner to prevent water migration below membrane and not to impede drainage. D. Install primary two-ply night seal beneath daily night seal in such manner to seal both new and existing roof system to roof deck to prevent moisture migration from either old roof or new roof. E. Install daily night seals by extending new roof membrane beyond insulation and sealing to existing deck surface using hot asphalt. F. When work is resumed, remove and dispose of membrane where asphalt or other sealants were previously applied before resuming installation. 3.19 TERMINATION OF NEW ROOF TO EXISTING A. The final juncture of the new roof shall consist of an NRCA recommended area divider suitably flashed and sealed for a permanent watertight installation. A water cutoff shall be incorporated into the termination to prevent water entering the existing roof from migrating into the new roof system. 1-1 L_1 BUILT-UP ROOFING 07509,-19 I i r� t, PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 3.20 ICE AND WATER SHIELD A. To all eave, rake, ridge, rise wall applications and all projections, equipment and miscellaneous flashing applications, provide one (1) full sheet of the respective ice/watershield in accordance with the manufacturer's specific recommendations and application procedures. All eave applications shall extend a minimum of three feet (3') upslope beyond the interior wall, and all valley applications shall be a minimum of two (2) plies, with one (1) full sheet laminated to the deck, and one-half (1/2) sheet fully adhered to the base ply. All vertical transitions shall extend up the vertical surface a minimum of twelve inches (12"). All fiberglass underlayment applications shall extend a minimum of nine inches (9") onto the ice/water shield membrane, no exceptions. 3.21 FIELD QUALITY CONTROL A. Follow procedures required by roof system manufacturer for samples, at Owner's request. B. Repair sampled areas by filling in cut out area with material to match original construction. Feather in patch consisting of same number of plies as in roof specification following manufacturer's procedures. C. Correct deficiencies in roof determined by roof sample analysis and as prescribed by roof system manufacturer. Costs for additional samples required will be borne by Contractor. D. Water Testing: Perform water flood test of completed roof areas involved or associated with work under this Contract. Contractor shall, at his expense, correct deficiencies in these areas causing water leakage into facility or water retention on roof surface. 3.22 ADJUSTING A. Restore to original condition or replace work or materials damaged during handling of roofing materials. 3.23 CLEANING A. Remove trash, debris, equipment, and parts from job site. B. Remove stains from walls, walkways, and driveways. C. Leave building interior free of roofing materials, debris, stains, bitumen, and drippage. 3.24 PROTECTION A. Finished roof areas shall be protected from damage by the contractor during construction. END OF SECTION 07509 I_ BUILT-UP ROOFING 07509 - 20 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS SECTION 07591 MEMBRANE REROOFING PREPARATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Roof tear -off. 1.03 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.04 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Existing Membrane Roofing System: Built-up asphalt 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. Roof Tear -Off: Removal of existing membrane roofing system from deck. F. Partial Roof Tear -Off: Removal of a portion of existing membrane roofing system from deck or removal of selected components and accessories from existing membrane roofing system. G. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and reinstalled. H. Existing to Remain: Existing items of construction that are not indicated to be removed. MEMBRANE REROOFING PREPARATION 07591 -1 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS r s 1.05 SUBMITTALS A. Product Data: For each type of product indicated. 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 rooting system's resistance to fire and wind. C. Fastener pull-out test report. D. Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces, that might be misconstrued as having been damaged by reroofing operations. Submit before Work begins. E. Landfill Records: Indicate receipt and acceptance of hazardous wastes, such as asbestos -containing material, by a landfill facility licensed to accept hazardous wastes. 1.06 QUALITY ASSURANCE A. Installer Qualifications: Installer of new membrane roofing system. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning membrane roofing removal. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Preliminary Reroofing Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner; Owner's representative; Owner's insurer if applicable; testing and inspecting agency representative; roofing system manufacturer's representative; deck Installer; roofing Installer including project manager, superintendent, and foreman; and installers whose work interfaces with or affects reroofing including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to reroofing preparation, including membrane roofing system manufacturer's written instructions. 3. Review temporary protection requirements for existing roofing system that is to remain, during and after installation. 4. Review roof drainage during each stage of reroofing and review roof drain plugging and plug removal procedures. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 6. Review existing deck removal procedures and Owner notifications. 7. Review procedures to determine condition and acceptance of existing deck and base flashing substrate for reuse. 8. Review structural loading limitations of deck during reroofing. 9. Review base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that will affect reroofing. I_. MEMBRANE REROOFING PREPARATION 07591 -2 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 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. 1.07 PROJECT CONDITIONS A. Owner will occupy portions of building immediately below reroofing area. Conduct reroofing so Owner's operations will not be disrupted. Provide Owner with not less than 48 hours notice of activities that may affect Owner's operations. MEMBRANE REROOFING PREPARATION 07591 - 3 In PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 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. Hazardous Materials: Present in building to be reroofed. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except according to procedures specified elsewhere in the Contract Documents. 3. Coordinate with hazardous material remediation Contractor to prevent water from entering building or existing roofing system. MEMBRANE REROOFING PREPARATION 07591 - 4 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS PART. 2 - PRODUCTS 2.01 INFILL MATERIALS A. Use infill materials matching existing membrane roofing system materials, unless otherwise indicated. 1. Infill materials are specified in Division 7 Section "Built-up Roofing." 2.02 TEMPORARY ROOFING MATERIALS A. Selection of materials and design of temporary roofing is responsibility of Contractor. 2.03 AUXILIARY REROOFING MATERIALS A. General: Auxiliary reroofing preparation materials recommended by roofing system manufacturer for intended use and compatible with components of existing and new membrane roofing system. B. Base Sheet Fasteners: Capped head, factory -coated steel fasteners, listed in FMG's "Approval Guide." C. Metal Flashing Sheet: Metal flashing sheet is specified in Division 7 Section "Sheet Metal Flashing and Trim." PART 3 - EXECUTION 3.01 PREPARATION A. Protect existing membrane roofing system that is indicated not to be reroofed. 1. Loosely lay 1/2" plywood or OSB panels over existing roof surface. 2. Limit traffic and material storage to areas of existing roofing membrane that have been protected. 3. Maintain temporary protection and leave in place until replacement roofing has been completed. B. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work. Cover air intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. C. During removal operations, have sufficient and suitable materials on -site to facilitate rapid installation of temporary protection in the event of unexpected rain. 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. MEMBRANE REROOFING PREPARATION 07591 — 5 r� I . :t at L: PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS �- 1. If roof drains will be temporarily blocked or unserviceable due to -roofing system removal or partial installation of new membrane roofing system, provide alternative drainage method to remove water and eliminate ponding. Do not permit water to enter into or under existing membrane roofing system components that are to remain. E. Verify that rooftop utilities and service piping have been shut off before commencing Work. 3.02 ROOF TEAR -OFF A. General: Notify Owner each day of extent of roof tear -off proposed. B. Remove loose aggregate from aggregate -surfaced built-up bituminous roofing with a power broom. C. Roof Tear -Off: Remove existing roofing membrane and other membrane roofing system components down to the deck. 1. Remove fasteners from deck. 3.03 DECK PREPARATION A. Inspect deck after tear -off of membrane roofing system. 1. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263 or by pouring 1 pint of hot roofing asphalt on deck at start of each days work and at start of each roof area or plane. Do not proceed with roofing work if moisture condenses under the plastic sheet or if asphalt test sample foams or can be easily and cleanly stripped after cooling. B. If broken or loose fasteners that secure deck panels to one another or to structure are observed, or if deck appears or feels inadequately attached, immediately notify Architect. Do not proceed with installation until directed by Architect. C. If deck surface is not suitable for receiving new roofing, or if structural integrity of deck is suspect, immediately notify Architect. Do not proceed with installation until directed by Architect. D. Provide additional deck securement as indicated on Drawings. E. Replace deck as indicated on Drawings. 3.04 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of ACM roof materials takes place. The following procedures are to be followed as a minimum: A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes, picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating wedge to tear roofing materials. Breaking and/or slicing of material is permitted. Sanding, grinding or abrading during handling is not permitted. t ___; MEMBRANE REROOFING PREPARATION 07691 - 6 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape. C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition. D. Ensure employees have received OSHA required training in asbestos removal and health hazards associated with exposure to airborne asbestos fibers. E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden sprayer or water hose with spray nozzle. F. Perform personal and area air monitoring for at least the first three (3) days of the project in accordance with 29 CFR 1910.1001. Monitoring shall be done by either: 1) in-house certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified outside source. G. Asbestos Warning signs and tape shall be posted in tear -off area. H. Based on air monitoring results, the contractor MUST execute a Written Negative Exposure Assessment Determination and keep on file at the project site along with air monitoring results. I. Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must be enclosed. J. Disposal: Can be disposed of as construction debris at any approved landfill. 3.05 INFILL MATERIALS INSTALLATION A. Immediately after removal of selected portions of existing membrane roofing system, and inspection and repair, if needed, of deck, fill in the tear -off areas to match existing membrane roofing system construction. 1. Installation of infill materials is specified in Division 7 Section. 2. Install new roofing membrane patch over roof infill area. If new roofing membrane is installed the same day tear -off is made, roofing membrane patch is not required. 3.06 EXISTING BASE FLASHINGS A. Remove existing base flashings around parapets, curbs, walls, and penetrations. 1. Clean substrates of contaminants such as asphalt, sheet materials, dirt, and debris. B. Do not damage metal counterflashings that are to remain. Replace metal counterflashings damaged during removal with counterflashings specified in Division 7 Section "Sheet Metal and Miscellaneous Accessories". C. Inspect parapet sheathing for deterioration and damage. If parapet sheathing has deteriorated, immediately notify Architect. MEMBRANE REROOFING PREPARATION 07591 - 7 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 3.07 FASTENER PULL-OUT TESTING A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect before installing new membrane roofing system. 1. Obtain Architect's approval to proceed with specified fastening pattern. Architect f may furnish revised fastening pattern commensurate with pull-out test results. 3.08 DISPOSAL A. Collect and place demolished materials in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. 1. Storage or sale of demolished items or materials on -site will not be permitted. B. Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 07591 MEMBRANE REROOFING PREPARATION 07591 - 8 PHYSICAL PLANT— LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 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. LJ SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 -1 ` Li PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS PART 2 - PRODUCTS 2.01 SHEET METAL MATERIAL A. Hot -dipped Galvanized Steel for use as counterflashings (where not visible from the ground), pitch pans and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. B. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90, hot -dipped galvanized metal, commercial quality, ASTM A 525. C. Prefinished Galvanized Sheet Steel (where visible from the ground): Shall be 24-gauge flat stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use as new metal edge gravel guard, cover plates, downspouts, gutters, coping and miscellaneous metal. Standard color to be selected by Owner/Project Consultant. D. Stainless Steel: QQ-S-766, Class 301, 302, 304, or 316; or ASTM A 167, Type 301, 302, 304, or 316; form and condition most suitable for the purpose. E. Aluminum and Aluminum Alloy Plate and Sheet: QQ-A-250; form, alloy, and temper shall be that most suitable for the purpose. F. Sheet Lead: QQ-L-201, Grade B. G. All existing sheet metal shall be replaced with new metal of like gauge and type, or as specified on drawings. 2.02 FASTENERS A. Fasteners shall be same metal as flashing/sheet metal, or other non -corrosive metal as recommended by sheet manufacturer for the specific application. Match finish of exposed heads with material being fastened. B. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide. C. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel or stainless steel nail, one piece unit, flat head. D. Screws: Self -taping sheet metal type with neoprene washer, as appropriate. E. Pop Rivets: Full stainless steel Series 42 or 44, as appropriate. F. Continuous Clip: Concealed hold-down clip type; of same materials as coping, gravel guard, sized to suit application. Use a continuous clip, minimum 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. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 2 PHYSICAL PLANT - LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS C. Solder: QQ-S-571 composition best suited for purpose; use high tin content, minimum 60/40, for stainless steel and monel alloy. D. Copper, Sheet, and Strip: QQ-C-576, ASTM B 370, light cold -rolled temper. E. Lead -coated Copper: ASTM B 101, Type I or II, Class A. F. Sealant (for Sheet Metal): One -component polyurethane, conforming to requirements of FS TT-S-230C, non -staining and non -bleeding. G. Miscellaneous Materials: 1. Downspout Boots: Cast iron by Neenah Foundry Company, or pre -approved equal, provide and install. 2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection pads at all downspouts. 3. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, non -corrosive, size, and gauge required for performance. 2.04 ICE AND WATER SHIELD A. All Climate, self -adhering underlayment, a premium heavyweight ice and water shield, as manufactured by Elk Premium Building Products, Tamko TW Metal and Tile Underlayment, as manufactured by Tamko Roofing Products, Inc., or Vycor, Ultra, as manufactured by Grace Construction Products, or approved equal. PART 3 - EXECUTION 3.01 INSPECTION A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant strips and reglets in place, substrates are smooth and clean and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed and secure. C. Beginning of installation means acceptance of conditions. 0113011110041JAR-1vt Me A. Field measure site conditions prior to fabricating work. Provide all shop drawings and mock-ups one month prior to installation to the Owner/Project Consultant for approval. B. Install starter and edge strips and cleats before starting installation. SHEET METAL AND MISCELLANEOUS ACCESSORIES - 07620 - 3 �- PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 3.03 FABRICATION - GENERAL A. Shop -fabricate work to greatest extent possible. Comply with details shown, and with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather -resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form work to fit substrates. Comply with material manufacturer's instructions and recommendations. Form exposed sheet metal work without excessive oil -canning, buckling, and tool marks, true to line and levels as indicated, with exposed edges folded back to form hems. B. Fabricate gravel stops/fascia, gutters/downspouts, counterflashings, pitch pans, expansion joints, and copings with new galvanized sheet metal as specified. Fabricate gravel guard and fascia to size and dimensions as indicated on the drawings. Fabricate light metal coping, gutters and downspouts as indicated. C. Form sheet metal on bending brake. D. Shape, trim and hand seam metal on bench insofar as practicable. E. Form materials with straight lines, sharp angles and smooth curves. F. Fold back edges on concealed side of exposed edge to form hem (1/2" minimum). G. Weld or solder joints on parts that are to be permanently and rigidly assembled. H. Submit sheet metal models for approval by the Owner/Project Consultant. Limit single -piece lengths to ten feet (10'). J. Fabricate corner pieces with eighteen inch (18") extensions, metered and sealed by forming as one piece. K. Surface sand flange prior to applying any primers on Kynar metal. L. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. M. All existing or missing metal rooftop projections shall be replaced. New rooftop projection details shall be as recommended in NRCA or SMACNA handbooks. All rooftop projections shall be cleaned, all joints sealed, and painted with a rust inhibitive paint. Standard color to be selected by the Owner/Project Consultant. N. All sheet metal shall be sealed and watertight. O. Metal work should be secured so as to prevent damage from buckling or wind. Where clips are shown, these are to be continuous. P. All metal to receive bitumen or adhesive shall be first primed with asphalt primer. Q. All prefinished metal shall be sanded and/or abraded prior to receiving primer. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 4 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal other than aluminum, tin edges are to be seamed, form seams, and soldered. S. Expansion Provisions: Form expansion joints of intermeshing hooked flanges, not less than one inch (1") deep, filled with mastic sealant (concealed within joints). T. Sealant Joints: Where movable, non -expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with industry standards. U. Separations: Provide for separation of metal from non -compatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. V. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. 3.04 INSTALLATION A. General: All sheet metal termination to vertical wall shall have a through -wall with receiver installed on masonry walls or prefabricated "Z" bar flashing pre -installed to fluid applied wall finished prior to installation of sheet metal termination. This applies to edge metal, base flashing closures and all vertical surface intersections. Refer to NRCA, SMACNA, and metal manufacturer's guidelines. B. Gravel Guard/Fascia: 1. Shall be installed with expansion joints, ten feet (10') on center, one-fourth inch (1/4") expansion leeway, with a cover plate. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (3/4") minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Apply sealant at horizontal juncture of gravel guard metal to exterior vertical wall. 11. Shall be fabricated in accordance with all SMACNA provisions. 12. Install bead of sealant at metal edge juncture at exterior wall surface. C. Coping: 1. Remove existing and replace with new metal coping as required for a permanent watertight installation. 2. All coping shall be manufactured with low profile standing seam metal. 3. Shall be minimum 24-gauge prefinished Kynar installed in ten foot (10') sections maximum. 4. Vertical fascia shall extend minimum two and one-half inches (2-1/2") or be minimum one and one-half inches (1-1/2") below bottom of nailer, whichever is greater. SHEET METAL -AND MISCELLANEOUS ACCESSORIES 07620 - 5 PHYSICAL PLANT -- LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 5. Secure metal flashings per specifications. 6. Lock seams and end joints. 7. Form sections identical to profiles as shown or approved similar, to match existing building. 8. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 9. Hem exposed edges three -fourths inch (3/4") minimum. 10. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 11. Integrate flashing in a manner consistent with detailing. 12. Provide and install continuous clip, minimum 22-gauge. 13. Apply sealant at horizontal juncture of coping metal to exterior vertical wall. 14. Shall be fabricated in accordance with all SMACNA provisions. 15. Install bead of sealant at metal edge juncture at exterior wall surface. D. Expansion Joint Field and at Wall: 1. Shall be as outlined by details, and be in full compliance with all provisions of SMACNA and FM Global requirements for attachment, installation and recommendations. 2. Secure metal flashings per specifications. 3. Lock seams and end joints. 4. Form sections identical to profiles as shown or approved similar, to match existing building. 5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight inch (48") extensions, formed and sealed with rivets and sealant, as one piece. 6. Hem exposed edges three -fourths inch (34') minimum. 7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint. Surface sand before applying primers. 8. Integrate flashing in a manner consistent with detailing. 9. Provide and install continuous clip around perimeter. 10. Shall be fabricated in accordance with all SMACNA provisions. E. Counterflashing: 1. Remove existing and replace with new metal counterflashing as required for a permanent watertight installation. 2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing as detailed in SMACNA Figure 4-3E. F. Gutter and Downspout: 1. Fabrication: a) Fabricate gutter and downspout of profile and size indicated. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6 PHYSICAL PLANT— LUBBOCK MEMORIAL. CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS 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. G. Overflow Scupper, Collector Head and Downspout: 1. Fabrication: a) Fabricate overflow scupper, collector head and downspout of profile and size indicated, taking care that the roof drain leader fits properly into the back of the collector head. Seal the pipe to the collector head for watertightness. b) Field measure site conditions prior to fabricating work. c) Fabricate with required connection pieces. d) Fabricate section square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to appearance or performance. e) Hem exposed edges of metal. f) Form and seal all metal joints; provide for expansion joints per SMACNA. 2. Installation: a) Install collector head, downspout, and accessories. b) Join lengths with seams pop riveted and sealed watertight. Flash and seat collector head to downspouts and accessories. c) Seal all metal joints watertight for full metal surface contact. d) Collector Head: SMACNA style profile; submit detail for approval. e) Downspouts: Rectangular profile. Seal all joints, four inches by six inches (4" x 6"). f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts. g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator. h) Collector Head Support - Kynar: Color and Finish to match, as recommended by SMACNA. i) Downspout Supports - Straps, Kynar: Color and Finish to match. H. Pitch Pans: 1. Install pitch pans of 24-gauge galvanized steel according to NRCA standards, minimum of six inches by six inches (6" x 6"). 2. Pitch pans shall be fabricated to minimum of four inches (4') above the finished roof membrane. Seams of pitch pans shall be soldered. Mastic shall be applied under pitch pan flange a minimum of one-half pound (1/2#) per linear foot. 4. All metal flanges shall be primed with asphalt primer prior to flashing installation. Inside of pitch pan shall be cleaned and primed as required by pitch pan sealant manufacturer. 5. All projections enclosed in pitch pans shall be cleaned in any manner suitable and coated with a rust inhibitive coating as approved by the Owner/Project Consultant. Coating shall be allowed to dry prior to pitch pan fill. SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 7 r� i PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER CITY OF LUBBOCK ARMKO INDUSTRIES, INC. LUBBOCK, TEXAS 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. Bonnets/Hoods: 1. Fabricate and install above all pitch pans, where necessary, or reinstall as applicable, metal bonnets over all pitch pans, NO EXCEPTIONS. 2. Bonnets/Hoods shall be manufactured with metal compatible with metal to which bonnet is to be attached. 3. On beams and other steel, weld in place bonnets fabricated from one-fourth inch (1/4") steel plate. 4. Draw band bonnets fabricated from 22-gauge galvanized steel may be used on circular projections. 3.05 FINISH A. Backpaint concealed metal surfaces with bituminous paint where expected to be in contact with cementitious materials or dissimilar metals. Exposed surfaces to be provided with a factory applied fluorocarbon Kynar finish meeting ASTM A 446 and AAMA specification 605.2 for high performance coating. B. New 24-gauge hot -dipped galvanized metal shall be painted on all locations visible from the ground with an industrial grade paint to match existing, or standard color selected by Owner/Project Consultant. Galvanized metal surface must be properly prepared by removing all oil, grease, and/or protective mill coatings by solvent cleaning surface in accordance with SSPC-SP1, and according to paint manufacturer's recommendation, to ensure proper adhesion of paint to metal. END OF SECTION 07620 SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 8 PHYSICAL PLANT — LUBBOCK MEMORIAL CIVIC CENTER ARMKO INDUSTRIES, INC. CITY OF LUBBOCK LUBBOCK, TEXAS DETAIL DRAWINGS/ROOF PLANS 1.01 DETAIL DRAWINGS A. The enclosed details for this project are intended primarily to present the proper installation of the membranes used for waterproofing at (lashings, perimeter closures, roof projections, etc. Specific underlying construction configurations, such as walls, nailers, wood backing, structural steel, etc., which may currently be in place may or may not be accurately depicted on the attached details. Unless specifically called out in the accompanying written specifications, or where a detail is noted "AS DRAWN", and/or proper roofing and construction practices are not being followed, underlying construction configurations are to remain unchanged from those in place on the building prior to this reroofing. 1.02 ROOF PLANS A. Any drawings supplied are for reference purposes only. Dimensions, penetrations, curbs, etc. must be field verified. Those shown are typical but may not be all inclusive, and contractor shall be responsible for the correctness of same. Any existing insulation thickness, deck type or other details shown on the drawings shall be subject to contractor confirmation. END OF SECTION DETAIL DRAWINGS/ROOF PLANS o■ ? /'� STANDING SEAM METAL CAP WITH CONTINUOUS CLEAT ON THE OUTSIDE. PREFINISHED METAL PARAPET CAP AS SPEC. aF4� EXTEND BASE FLASHING DOWN OVER WOOD BLOCKING i HIGH -DOMED, CAPPED, GASKETED FASTENERS / 18" / 12" O.C.) m / (APPROX. 2 RIVETS PER VERT. OVERLAP / DOUBLE SIDED TAPE BETWEEN LAP IN. LAP & COPING LEG. CONTINUOUS CLIP AS SPEC. CONTINUOUS BEAD OF SEALANT AS SPEC. PROVIDE i!4" WIDE \ 3/4" EXT. GRADE PLYWOOD TOP GAP AT 10'-0" O.C. AND BOTTOM OF NAILERS PRIME WALL AS SPEC, WHEN APPLICABLE �`^--- GRANULATED MOD BIT FLASHING AS SPEC. -+-- FLOOD COAT AND GRAVEL FIELD SURFACE EXTEND FIELD PLIES ABOVE HEAD OF CANT TWO PLYS TYPE VI FLASHING AS 4" HIGH CANT STRIP AS SPEC. SPEC. MULTIPLE PLY TYPE VI BUILT-UP ROOF MEMBRANES AS SPEC. BASE SHEET GYPSUM ROOF DECK .ems `s OF y'z1 RONALD C. WHITnNGTON ..........87........088 ........... CITY OF LUBBOCK A2 01 LUBBOCK MEMORIAL CIVIC CENTER OF PHYSICAL PLANT ROOF REPLACEMENT PROJECT LUBBOCK, TX 5 DETAIL NAME: LOW PARAPET WALL DETAIL MKO @ PROJECT NO: 2011091448 Copyrigh2011t by Armko kxluslrias TEXAS REGISIEREDENGINEERINGFIRM F - 6490 SCALE: NOT TO SCALE I DATE: 09/14/2011 DRAWN BY: ST- e M■ TOP OF FLASHING CAPPED OR ROLLED INTO PIPE APPROX. 1" SOFT METAL PIPE FLASHING ti PLUMBING VENT STACK STRUCTURAL SEALANT AT f? PENETRATION TO MEMBRANE JUNCTURE I f,. l 6" MIN. FLANGE \ \ >-4" MINIMUM - -4" MINIMUM SET FLANGE IN ROOF CEMENT- -- PRIME FLANGE BEFORE STRIPPING GRANULATED FLASHING AS SPEC. ----- FLOOD COAT AND GRAVEL FIELD SURFACE TWO PLYS TYPE VI FLASHING AS SPEC. — MULTIPLE PLY TYPE VI BUILT-UP ROOF MEMBRANES AS SPEC. BASE SHEET AS SPEC, GYPSUM ROOF DECK no Alms �* %RONALD C. WHfttINGT�N 1 .It'. 97088 1 k CITY OF LUBBOCK A2 02 LUBBOCK MEMORIAL CIVIC CENTER PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK,TX 5 DETAIL NAME: VENT STACK FLASHING DETAIL ARM Copyright 2011 by Armkn industries PROJECT NO: 20110914-48 TEXAS REGISi[RCDENGINEERING FIRM F • &108 SCALE: NOT TO SCALE DATE: 09/14/201111 DRAWN BY: ST APPROX. 114" CLEARANCE - BETWEEN EA. CORNER AND EDGE OF COLLAR POURABLE SEALANT AS SPEC. I" MIN. PIPE DIAMETER SEALANT AS SPEC DRAW BAND WATERTIGHT 24 GA. METAL RAIN COLLAR OVERLAPPING PENETRATION POCKET SHEET METAL PITCH PAN, SOLDERED/ WELDED WATERTIGHT (4" MIN, HEIGHT) STRUCTURAL SEALANT AT PENETRATION TO MEMBRANE JUNCTURE 4" MIN. FLANGE, SET IN ROOF CEMENT OVER ROOFING PLIES, PRIME FLANGE BEFORE STRIPPING FLOOD COAT AND GRAVEL FIELD SURFACE TWO PLYS TYPE VI FLASHING AS SPEC, MULTIPLE PLY TYPE VI BUILT-UP ROOF MEMBRANES AS SPEC. BASE SHEET AS SPEC, GYPSUM ROOF DECK OF ro It .......... RONALD C. WHI71TINGTON CITY OF LUBBOCK A2.03 LUBBOCK MEMORIAL CIVIC CENTER era PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 MMKODETAIL NAME: PITCH PAN FLASING DETAIL -1 Copyright 2011 by Armko fndusirfas PROJECT NO: 20110914-48—T—DAT8:09/14/201T DRAWN BY: ST TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE UNIT MOUNTING CURB AS SPEC. SEALING MATERIAL AS SPEC.—� WOOD NAILER AS SPEC.—. MECHANICAL UNIT. HOOD, ETC. BASE OF UNIT EXTENDS 112' MIN, BEYOND TOP OF CURB SEALING MATERIAL- MUST BE CONTINUOUS ON TOP OF THE CURB I" MIN. BELOW TOP CURB FLASHING RECEIVER AS SPEC. -FASTENERS AS SPEC j WOOD NAILER AS SPEC COUNTERFLASHING AS SPEC BASE FLASHING AS SPEC UNIT MOUNTING CURB AS SPEC INSUL. AS SPEC. EXTEND FLASHING UP & OVER AS SPEC. SHEET METAL FLASHING RECEIVER 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. & 3 COURSE ROOF CEMENT & REINFORCEMENT FABRIC AS SPEC. EXTEND FIELD PLIES ABOVE HEAD OF CANT -- — GRANULATEO FLASHING AS SPEC. ---FLOOD COAT AND GRAVEL FIELD SURFACE TWO PLYS TYPE VI FLASHING AS SPEC. MULTIPLE -PLY ROOF MEMBRANE AS SPEC, _�- BASE SHEET AS SPEC. �'--- GYPSUM ROOF DECK NOTES: 1, THE CURB'S TOP WOOD NAILER. AND SEAL STRIP ARE TO BE SUPPLIED BY THE CURB MANUFACTURER, 2 ATTACH NAILER TO DECK WITH SUITABLE FASILNL-RS J WHEN POSSIBLE. THE MECHANICAL UNITS SHOULD NOT BE SET UNTIL THE ROOF MEMBRANE AND FLASHING HAVE BEEN INSTALLED RONALD 0. WHrMNGTON .0..97088 <11 �� Ifj,w CITY OF LUBBOCK A2.04 LUBBOCK MEMORIAL CIVIC CENTER OF PHYSICAL PLANT ROOF REPLACEMENT PROJECT a LUBBOCK, TX 5 a;�� DETAIL NAME: PITCH PAN FLASING DETAIL ArlIm KO M PROJECT NO: 20110914-48 Copyrlgh12011 by Annko Industries TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE I DATE: 09/14/2011 1 DRAWN BY: ST PLY SHEET MEMBRANE STRIPING PLYS AS SPEC. MULTIPLE -PLY SHEETS AS SPEC BASE SHE i AS SPEC GYPSUM ROOF DECK CLAMPING RING AS SPEC. —' DECK CLAMP AS SPEC. DRAIN BOWL AS SPEC, MEMBRANE FIELD PLIES, METAL FLASHING, AND STRIPPING PLIES ALL EXTEND UNDER CLAMPING RING ROOF CEMENT AS SPEC. MULTIPLE -PLY ROOF MEMBRANE 30" SQUARE MIN., 4 LB. LEAD FLASHING SET ON FINISHED ROOF IN ROOF CEMENT, PRIME TOP SURFACE BEFORE STRIPPING DRAIN STRAINER AS SPEC. CITY OF LUBBOCKyj A2.05 Lil LUBBOCK MEMORIAL CIVIC CENTER PHYSICAL PLANT ROOF REPLACEMENT PROJECT OF LUBBOCK, TX 5 DETAIL NAME: ROOF DRAIN DETAIL ARMKO ® PROJECT NO: 20110914-48 Gopyrlght 2011 by Armko Industries TEXAS REGISTERED ENGINEERING FIRM F - 6498 [SCALE: : NOT TO SCALE I DATE: 09/14/2011 DRAWN BY: ST irm VN a ia: "RD 'iRD 1d ® 6a "'RD *RD •� // / is //r /'rn,''y :/ ; , `',lei .,�;;�!•'i.�L;`''/:'//%%;�d .!///a+f'%;•', /�:'/,�' ,� OOF PLAN r TO6GIE "ORTH APPROXIMATELY 1200 SQUARE FOOT OF BAD DECK 60 CLEr�RAL ROCK npTE9 A PROvJy AI L REOLtlPED OR TH FUNCT'OJAL USE OF MEr1TS' • ANMDTt COPAAFCf10N3 FOR THE F'URCIIONALUSE OF ALL CONMCTOR APPLIED EWPMtW OR AP W10ES- REGARDLESS OPANY OIa5410FW (1ROIC017813TEIif7E8 THE WORD LATHE IALL97TUOI 10AM ME 4 a iL+Eratomovro¢�vumEAHTLnreNAn�oa+siAt1 CC-UnCT E +40 PEAIn' 10 VSF.' IF MSCAEPAJY4:5'MR REr-NUN niE pRAy1i/NTS-10 IK :,1'EOFAI, —J, T11S H04FA OIrA1.11Y *CW r TY.ANDWfCE SHALL SUPERSEDE O THE(KNERAL I:OFIIRACICIR AND WKONYWrORS SHALL SECOLIE iAiKWt Nltll t11t PROJECT AA'0 ne OKSHErpF•91C CONOIIIDNSPRIOR TOSCOINGORCO'J4BNCNLG W0.R1t C PFIOVIDE M6TA Ew CLOSLIRF ON EA3MNSIdA J0e1(SWNFRE THEY OCCUR AT INE EME OF THE RUST { f!OOF 810T+E5 5ND'iae OX OM'LIhOAFAi tiEMMA& A"D 1;Lyµ'EnTW1 G1Y P410/K7E f+p:Ji l'JEUk4q 1nC.E TU At 1 Rwh DP•vI. vVtG IAKR-311OV DRPhS71S 0 ALLi.AKlSFD FLISHNO -rp NO If AWLAA%Lfj AK'HrlI BSURIE AGCLS!144L III As aYL.r'P'!D PACrl ALL IAETAL FLA —NO CHAT 13 HOT PRp-07J"JMFD11YP;AtIDVLi>BLE FkW THE JR00a) H NE'0t1rGF A"AAILE'LS31W L6-1 F14"VAT11 NEri 919ULATKNI THICPNE% 1, All TNROULRI RAIHVe-SYgTK: IOALCCb'LYNJA(E 6'Ag1iWLM1 FLA3I9W LIMIT FPOLI I'W `INFrIKOF ^•LIkW- PW JSC rhV *.US AtC,VKA, 1O48 A.l(1W ALL FLA,'114 5TO HAVV rLAP MI IKI AID OR STEP J ALLWTQIPAN56HALL SE DWM SOLDERCn AHD PECEIL'E e fNER VaCHAMj�MALCY AITACr IED COME a''Ck fM. MIEIAL aWhMTSFINGAlDSGi AN1«SPCCw, (CARE �Jvu� T,�WA]M ALL LL*rlll PRM TO "TA11AI'C A K ALL VCR11CAi Lb.l.{WWG"All,M:05HAlltt't:r•7VW1G'.lY FASTENED -11 WSTAtt_D :YIIH HFW L71AL CCWr270'1`1 ASM UTIL1,CaN' AS COWINUOUS CLM !lIOE LW `L C;Ur-R W AIB DMV"OVEN ver, ACLY'AND SCAL 1 FLAS.•41:0 AND6TPoPPc1O MAJERIALS.6A6F. PL'rS X.En L(EM6Rmes, D7AA.LTo, AND AOCC$SpigE6 3110ULD SE RECOOLAENDED OY 111E ROOF•aF6 6Y51EM WNR,"Zp1AER FW W FEg1ED USE AND C(A—r1011F1Y WPM TIE AfELiETLVA ROOFU,G SYSTEM �.:.,use ,.m....,�y....v�:[:^..�. .', ,.,,i."�. .. ll,�.:.v,... 1 Ah,. .,✓2M'l.�l., .,, - AR H Z w W2 F- W Zgw U Uw ULL JO QO OZ ocow x- 0LL0 5 wOOVO mTnm Om>-m aU-3a� A1.01