HomeMy WebLinkAboutResolution - 2014-R0311 - Contract - CS Advantage USAA Inc.- Roof Replacement And Envelope Repairs - 09/11/2014Resolution No. 2014-RO311
September 11, 2014
Item No. 5.13
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. 11970 for roof replacement and envelope
repairs at Municipal Hill, 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 September 11, 2014
40//
GLEN . O SON, MAYOR
ATTEST:
Reb Lcca Garza, City Secretarki
APPROVED AS TO CONTENT:
Mark Yearwod'd, AssiAant City Manager
APPROVED AS TO FORM:
Mitchell Satterwhi , First Assistant City Attorney
vwxcdocs/RES.Contract-CS Advantage
August 19, 2014
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE:
CITY OF LUBBOCK
SPECIFICATIONS FOR
Roof Replacement & Envelope Repairs at Municipal Hill
RFP 14-11970-TF
CONTRACT 11970
PROJECT NUMBER: 92351.8302.30000 &
92355.8302.30000
City of
Lubbock
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 14-11970-TF
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is only to submit (1) one original copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time
stated and for the prices stated below. Include corporate seal and Secretary's signature.
Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's
SOCIAL SECURITY number.
2. 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.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING
DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE
INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
(Type or Print Company Name)
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12
13
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269.151
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS-BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Pate Intentionally Left Blank
NOTICE TO OFFERORS
RFP 14-11970-TF
Sealed proposals addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be
received in the office of the Purchasing Manager, City Hall, 1625 13th Street, Room 204, Lubbock, Texas,
79401, until 3:00 p.m. on August 5, 2014 or as changed by the issuance of formal addenda to all planholders,
to furnish all labor and materials and perform all work for the construction of the following described project:
"Roof Replacement & Envelope Repairs at Municipal Hill"
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure
that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the
expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 3:00 p.m. on August 5, 2014, and the City of Lubbock City Council will consider
the proposals on August 28, 2014, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as
may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or
better. The bond must be in a form accepted by the City Attorney and must be dated the same as the
Contract Award date.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE
OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all
local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory
pre -proposal conference on such factors have been thoroughly investigated and considered in the preparation of the
proposal submitted. There will be a pre -proposal conference on July 31, 2014 at 10:00 A.M., in the City of
Lubbock, Committee Room 103, 1625 13th Street, Lubbock, TX 79401.
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each
offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the
requirements contained therein concerning the above wage scale and payment by the contractor of the
prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to
this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
'Marta-ACvareZ
Marta Alvarez
DIRECTOR OF PURCHASING
& CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
Pate Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY, TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish Roof Replacement
& Envelope Repairs at Municipal Hill per the attached specifications and contract documents. Sealed
proposals will be received no later than 3:00 p.m., August 8, 2014 at the office listed below. Any
proposal received after the date and hour specified will be rejected and returned unopened to the
proposer. Each proposal and supporting documentation must be in a sealed envelope or container
plainly labeled in the lower left-hand corner: "RFP 14-11970-TF, Roof Replacement & Envelope
Repairs at Municipal Hill" and the proposal opening date and time. Offerors must also include their
company name and address on the outside of the envelope or container. Proposals must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing Contract
Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or
delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort
of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerrors will be considered responsive and evaluated or award of a Contract.
1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
2 PRE -PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
mandatory pre -proposal conference will be held on July 31, 2014 at 10:00 A.M., in the City of
Lubbock, Committee Room 103, 1625 13th Street, Lubbock, TX 79401. All persons attending
the meeting will be asked to identify themselves and the prospective proposer they represent. A
site visit may be scheduled following the pre -proposal meeting.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public
libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Purchasing Manager. At the request of the
proposer, or in the event the Purchasing Manager deems the interpretation to be substantive, the
interpretation will be made by written addendum issued by the Purchasing Manager. Such
addenda issued by the Purchasing Manager Office will be available over the Internet at
http://www.bidsync.com and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Manager Office no later than four (4) calendar days before the proposal
closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing Manager Office in writing or in
this RFP should be used in preparing proposal responses. All contacts that a proposer may have
had before or after receipt of this RFP with any individuals, employees, or representatives of the
City and any information that may have been read in any news media or seen or heard in any
communication facility regarding this proposal should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Purchasing Manager and a clarification obtained before
the proposals are received, and if no such notice is received by the Purchasing Manager
prior to the opening of proposals, then it shall be deemed that the proposer fully
understands the work to be included and has provided sufficient sums in its proposal to
complete the work in accordance with these plans and specifications. If proposer does not
notify the Purchasing Manager before offering of any discrepancies or omissions, then it
shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for
clarification must be submitted no later than four (4) calendar days prior to the opening of
proposals.
5 PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
2
6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(b)
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
proposer is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It shall be the offerors responsibility to advise the Purchasing Manager if any
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in
3
writing and must be received by the City Purchasing Manager Office no later than four (4)
calendar days before the proposal closing date. A review of such notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FOUR (4) CALENDAR DAYS PRIOR TO THE
PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
Bidsync: www.bidsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 60
(Sixty) Consecutive Calendar Days from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no
claims pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
4
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within TWO years from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date and
date -related data (including, but not limited to calculating, comparing and sequencing) of all
hardware, software and firmware products delivered and services provided under this Contract,
individually or in combination, as the case may be from the effective date of this Contract. Also,
the Contractor warrants calculations will be recognized and accommodated and will not, in any
way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option,
may require the Contractor, at any time, to demonstrate the procedures it intends to follow in
order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third party involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of three sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for
use during construction will only be furnished directly to the Contractor. The Contractor shall then
distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
5
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
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, both known and unknown, cut or damaged by Contractor
during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's
expense.
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
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish
the name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance
as required in the General Conditions of the contract documents, from an underwriter authorized
to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be
6
furnished to the City and written notice of cancellation or any material change will be provided
ten (10) days in advance of cancellation or change. All policies shall contain an agreement on
the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at
his sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance
shall be carried with an insurance company authorized to transact business in the State of Texas
and shall cover all operations in connection with this contract, whether performed by the
Contractor or a subcontractor, or separate policies shall be provided covering the operation of
each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this
project shall not be less than specified in the schedule of general prevailing rates of per diem
wages as above mentioned. The proposer' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of
the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under this contract requiring an inspector will not be performed on Sundays or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
26.4 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014,
authorizes a penalty to be imposed on a person who contracts for certain services with a
governmental entity and who fails to properly classify their workers. This applies to
subcontractors as well. Contractors and subcontractors who fail to properly classify individuals
performing work under a governmental contract will be penalized $200 for each individual that
has been misclassified (Texas Government Code Section 2155.001).
7
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, $200 for each laborer,
workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman
or mechanic is paid less than the wages assigned to his particular classification as set forth in the
schedule of general prevailing rate of per diem wages included in these contract documents. House
Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a
penalty to be imposed on a person who contracts for certain services with a governmental entity and
who fails to properly classify their workers. This applies to subcontractors as well. Contractors and
subcontractors who fail to properly classify individuals performing work under a governmental
contract will be penalized $200 for each individual that has been misclassified (Texas Government
Code Section 2155.001).
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 The 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 bidder shall submit his bid on forms furnished by the City, and all
blank spaces in the changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name:
29.3.2 Proposal: RFP 14-11970-TF, Roof Replacement & Envelope Repairs at Municipal Hill
8
30
31
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a)
Notice to Offerors.
(b)
General Instructions to Offerors.
(c)
Proposer's Submittal Form.
(d)
Statutory Bonds (if required).
(e)
Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction of
the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the
service specified therein in a satisfactory manner. The proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
9
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum
Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor
Qualifications, 10% for Record of Performance, and 10% for Construction Time. The selection criteria
used to evaluate each proposal includes the following:
32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or,
conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the price factor for the price score. For
Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor =
Price Score.
32.2 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications,
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
with the contractor. The City may also interview the job superintendent at a time to be named
after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows:
(Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" And any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 10% RECORD OF PERFORMANCE: This criterion is also more subjectively evaluated and
the formula is as follows: (Points X Weight = Score). Each evaluator assigns points based upon
the responses you provide in your "Safety Record Questionnaire" and the Contractors
Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors
with an Experience Modification Ratio greater than 1 will be given a zero. The City may
consider any incidents involving worker safety or safety of Lubbock residents, be it related or
caused by environmental, mechanical, operational, supervision or any other cause or factor under
the contractor's control. Evaluators base their rating primarily upon how well you document
10
previous offenses with the date of the offense, location where the offense occurred, type of
offense, final disposition of the offense, and any penalty assessed as well as the Experience
Modification Ratio
32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use
the following formula when determining construction time as a factor for construction contract
proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is
evaluated by taking the lowest construction time and dividing it by the construction time of the
proposal being evaluated. That fraction is then multiplied by the maximum point value
multiplied by the weight of the construction time factor for the construction time score. For
example: (Lowest construction time/Current Proposal construction time) x Maximum Point
Value x Weight Factor = Construction Time Score
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
be ranked higher than offerors with slightly better price scores.
32.6 The estimated budget for the construction phase of this project is $ 500,000
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors
included in this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the
order of the selection ranking until a contract is reached or all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but
may consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu
of the items specified.
11
34. ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON
THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS.
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
hLtp://www.wdol.gov/dba.aspx
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
12
TEXAS GOVERNMENT CODE 2269.151
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or
repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(a-1) In this section "facility" means an improvement to real property.
(b) The governmental entity shall select or designate an engineer or architect to prepare construction documents
for the project. The selected or designated engineer or architect has full responsibility for complying with
Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time
employee of the governmental entity, the governmental entity shall select the engineer or architect on the
basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
(c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify
them in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction
documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors may require to respond to the request. The governmental entity shall state in the request for
proposals the selection criteria that will be used in selecting the successful offeror.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any
are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation
to the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity based
on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt
to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may
discuss with the selected offeror options for a scope or time modification and any price change associated
with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror,
the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the
next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected.
(g) In determining best value for the governmental entity, the governmental entity is not restricted to
considering price alone, but may consider any other factor stated in the selection criteria.
Pate Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
UNIT PRICE PROPOSAL CONTRACT
DATE:
PROJECT NUMBER: RFP 14-11970-TF - Roof Replacement & Envelope Repairs at Municipal Hill
Proposal of
(hereinafter called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the construction of a Roof
Replacement & Envelope Repairs at Municipal Hill having carefully examined the plans,
specifications, instructions to offerors, notice to offerors and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the construction
of the intended project including the availability of materials and labor, hereby intends to furnish all
labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated below. The price to
cover all expenses incurred in performing the work required under the contract documents.
BASE PROPOSAL
ITEM
NO.
DESCRIPTION
UNIT
MATERIALS
LABOR
TOTAL PRICE
Roof Sections A, B, E, F, I, & J: Work shall
include removal of existing roof membrane
1
and insulation down to substrate Remove and
LS
replace any damaged or deteriorated decking
as described in the plans and specifications
Roof Sections C, D, G & H: Work shall
include removal of existing roof membrane
2
and insulation down to substrate. Remove
LS
and replace any damaged or deteriorated
decking as described in the plans and
specifications.
Exterior Elevations: Work shall include
removal of existing sealant at all masonry
control joints, masonry to metal joints, metal
3
to metal joints, and glass to metal joints
LS
around doors and penetrations on exterior
wall elevations as described in the plans and
specifications.
TOTAL PROPOSAL ITEMS #143: ($ )
4
UNIT PRICES
ITEM
NO.
DESCRIPTION
UNIT
MATERIALS
LABOR
TOTAL PRICE
Removal and replacement of any
1
damaged or deteriorated decking as
SF
described in the plans and
specifications.
DURATION
1. Contractors proposed CONTRUCTION TIME for completion:
TOTAL CALENDAR DAYS:
Offeror hereby agrees to commence the work on the above project on a date to be specified in a
written "Notice to Proceed" of the Owner and to substantially complete the project within 60
Consecutive Calendar Days thereafter as stipulated in the specifications and other contract
documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $250 for
each consecutive calendar day in excess of the time set forth herein above for completion of this
project, all as more fully set forth in the general conditions of the contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive
any formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of 60 calendar days after the
scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has
carefully examined the plans, specifications and contract documents pertaining to the work covered by
this proposal, and he further agrees to commence work on the date specified in the written notice to
proceed, and to substantially complete the work on which he has proposed; as provided in the contract
documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a
cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal
bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in
an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee
that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary
bonds (if required) within 10 days after notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this
proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of
Dollars ($ ), which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails
to execute the necessary contract documents, insurance certificates, and the required bond (if
any) with the Owner within 10 business days after the date of receipt of written notification of
acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned
upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and
include all contract documents made available to him for his inspection in accordance with the Notice
to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not
be changed for the purpose of correcting an error in the
proposal price. THEREFORE, ANY CORRECTIONS
TO THE PROPOSAL PRICE MUST BE MADE ON
THE PROPOSAL SUBMITTAL FORM PRIOR TO
PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State
Telephone:
Fax:
Email:
Zip Code
FEDERAL TAX ID or SOCIAL SECURITY
No.
CONTRACTORS STATEMENT OF QUALIFICATIONS
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations.
Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation
information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER.
Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well as
the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If
so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If
so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as defined
in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest
and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or
conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have
in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such
misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the
contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting
from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
Contractor's General Information
Organization Doing Business As
Business Address of Principle Office
Telephone Numbers
Main Number
Fax Number
Web Site Address
Form of Business (Check One)
A Corporation
A Partnership
An Individual
Date of Incorporation
State of Incorporation
Chief Executive Officer's Name
President's Name
Vice President's Name(s)
Secretary's Name
Treasurer's Name
If a Partnership
Date of Organization
State whether partnership is general or
limited
If an Individual
Name
Business Address
all individuals not previously
named which exert a significant amount of business control over the
organizationIdentify
IndicatorsOrganization
FAverage Number of Current Full Time Average Estimate of Revenue for
mployees the Current Year
Contractor's Organizational Experience
Organization Doing Business As
Business Address of Regional Office
Name of Regional Office Manager
Telephone Numbers
Main Number
Fax Number
Web Site Address
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
-Xcowstruction Experience
Years experience in projects similar to the proposed project:
As a General Contractor
I As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any
work awarded to it?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten
years?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five years?
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
If yes provide full details in a separate attachment. See attachment No.
Contractor's Proposed Key Personnel
Organization Doing Business As
Proposed Project Organization
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No.
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to
this description. See attachment No.
PersonnelExperience of Key
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
Project Superintendent
Project Safety Officer
Quality Control Manager
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how
much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time
that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to
be divided between this project and their other assignments.
10
Proposed Project Managers
Organization Doing Business As
CandidatePrimary
Name of Individual
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information (listing names indicates approval to contacting the
names individuals as a reference)
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
CandidateAlternate
Name of Individual
Candidates role
on Project
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Candidate role
on Project
11
Proposed Project Superintendent
Organization Doing Business As
CandidatePrimary
Name of Individual
Years of Experience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information (listing names indicates approval to contacting the
names individuals as a reference)
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role
on Project
Years of Experience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Candidate role
on Project
12
Proposed Project Safety Officer
Organization Doing Business As
CandidatePrimary
Name of Individual
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information (listing names indicates approval to contacting the
names individuals as a reference)
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role
on Project
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Candidate role
on Project
13
Proposed Project Quality Control Manager
Organization Doing Business As
CandidatePrimary
Name of Individual
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Reference Contact
Information (listing names indicates approval to contacting the
names individuals as a reference)
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Alternate Candidate
Name of Individual
Candidate role
on Project
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Proj ect
Proj ect
Candidate role on
Project
Candidate role
on Project
14
Contractor's Project Experience and Resources
Organization Doing Business As
Projects
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five
years which specifically illustrate the organizations capability to provide best value to the Owner for this project.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the
proposed key personnel.
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB / MWBE Participation Goal
Equipment
Provide a list of major equipment ro osed for use on this project. Attach Additional Information
if necessa
Equipment Item
Primary Use on Project
Own
Will
Lease
Division of Work between Organization and Subcontractor
What work will the organization complete using its own resources?
What work does the organization propose to subcontract on this project?
15
Contractor's Subcontractors and Vendors
Organization Doing Business As
Project Subcontractors
Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
Provide information on the proposed key personnel, project experience and a description of past relationship and
work experience for each subcontractor listed above using the Project Information Forms.
Equipment Vendors
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Vendor Name
Equipment / Material Provided
Furnish
Only
Furnish
and
Install
HUB/M
WBE
Firm
16
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I I
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
17
Project Information
Project Owner I
I
Project Name
General Description of Project
Project Budgetand Schedule Performance
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
Notice to Proceed
Change Orders
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Design Issues
Change Order Authorized Final Completion Date
Total
Actual / Estimated Substantial Completion Date
Final Cost
ProjectKey
Actual / Estimated Final Completion Date
Project Manager Project Sup Safety Officer Quality Control
Manager
Name
Percentage of Time Devoted to the Project
Proposed for this Project
Did Individual Start and Complete the Project?
If not, who started or completed the project in their place.
Reason for change.
Reference Contact Information
(listing names indicates approval
Name
to contacting the names
Title/ Position
individuals as a reference)
Organization Telephone
E-mail
Owner
Designer
Construction Manager
Surety
Number of Issues
Resolved
Total Amount involved in
Resolved Issues
Number of Issues
Pending
Total Amount involvcd in
Resolved Issues
18
City of Lubbock, TX
Insurance Requirement Affidavit
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have
been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I
will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish
a valid insurance certificate to the City meeting all of the requirements defined in this proposal.
Contractor (Original Signature)
CONTRACTOR'S BUSINESS NAME:
CONTRACTOR'S FIRM ADDRESS:
Contractor (Print)
(Print or Type)
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.
RFP 14-11970-TF - Roof Replacement & Envelope Repairs at Municipal Hill
Page Intentionally Left Blank
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
OUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
Signature
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME:
FEDERAL TAX ID or SOCIAL SECURITY No.
Signature of Company Official:
Printed name of company official signing above:
Date Signed:
Page Intentionally Left Blank
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
(PRINT NAME OF COMPANY)
RFP 14-11970-TF - Roof Replacement & Envelope Repairs at Municipal Hill
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing Manager Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1.
❑ ❑
2.
❑ ❑
3.
❑ ❑
4.
❑ ❑
5.
❑ ❑
6.
❑ ❑
7.
❑ ❑
8.
❑ ❑
9.
❑ ❑
10.
❑ ❑
11.
❑ ❑
12.
❑ ❑
13.
❑ ❑
14.
❑ ❑
15.
❑ ❑
16.
❑ ❑
SUBMITTED BY:
(PRINT NAME OF COMPANY)
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 14-11970-TF - Roof Replacement & Envelope Repairs at Municipal Hill
Pate Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that
as Principal(s), and
(hereinafter called the Principal(s),
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars ($ )
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.
day of
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
2014, 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 2014.
Surety
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that
as Principal(s), and
(hereinafter called the Principal(s),
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars ($ )
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
day of , 2014, 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 faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a)
of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the
provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of
Surety
*By:
(Title)
2014.
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite
notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
CERTIFICATE OF INSURANCE
Pate Intentionally Left Blank
TO: CITY OF LUBBOCK
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457
THIS IS TO CERTIFY THAT
CERTIFICATE OF INSURANCE
DATE:
TYPE OF PROJECT:
(Name and Address of Insured) is, at the date of this
certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with
the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in
less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A
WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE,
SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO
WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Pale Intentionally Left Blank
CONTRACT
Pate Intentionally Left Blank
Page Intentionally Left Blank
CONTRACT 11970
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this day of , 2014 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 of the City of
, County of and the State of hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 14-11970-TF Roof Replacement & Envelope Repairs at Municipal Hill
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement 's proposal dated 2014
is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Company
Address
City, State, Zip
ATTEST:
Corporate Secretary
Un
Glen C. Robertson, Mayor
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Wesley Everett, Director of Facilities Management
Mark Yearwood, Assistant City Manager
Chief Information Officer
APPROVED AS TO FORM:
Mitch Satterwhite, First Assistant City Attorney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Pate Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit ,who has agreed to perform the work embraced
in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative, Wesley Everett, Director of Facilities Management, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
Resident Project Representatives as may be authorized by said Owner to act in any particular way under this
agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction
of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
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.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and
seeding performed for substantial completion.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from
Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work
contemplated by these contract documents or the completion of the work contemplated by these contract
documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to
comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no
extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and
place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees,
such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,
and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The decision of the Owner's Representative shall be conclusive in the absence of written objection to same
delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the
work done under this Agreement, and to see that said material is furnished and said work is done in accordance
with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or
inspectors so appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days
make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by
Contractor, as provided herein, any and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor
shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and
shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
4
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; or (2) the amount that would have been charged by a reasonable and
prudent Contractor as a reasonable and necessary cost for performance of the extra work,
as estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
6
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans
and specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than seven (7) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals
being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND 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
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs,
damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued
or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER
OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE
SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO
THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products-Comp/Op AGG
Contractual Liability
Personal Injury & Advertising Injury
To Include Products of Complete Operation Endorsements
B. Owner's and Contractor's Protective Liability Insurance. -DELETED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance. - DELETED
E. Umbrella Liability Insurance - DELETED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as foodibeverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
9
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.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
10
F
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
11
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state.tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
`By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.", -
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
12
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein
to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
13
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the
violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or
subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall
notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as
provided in the contract for changes in the work. In the absence of timely written notification to Owner's
Representative of such variance or variances within said time, any objection and/or assertion that the plans and
specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed
waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs
arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of
work to be done hereunder are essential conditions of this contract; and it is further mutually understood and
agreed that the work embraced in this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $250 (Two Hundred and Fifty) per
day, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
14
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the proposal; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
Representative (as distinguished from the Resident Project Representative) may direct the time and manner of
constructing work done under this contract so that conflicts will be avoided and the construction of the various
works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by
Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay
and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
15
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the
over run or under run of estimated quantities note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents
and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
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
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
17
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of.
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
18
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what would
have been the cost under this contract, such increase shall be charged to the Contractor and the Surety
shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
19
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's
"Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not
be in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
20
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
21
Pale Intentionally Left Blank
DAVIS-BACON WAGE DETERMINATIONS
EXHIBIT A
General Decision Number: TX140262 01/03/2014 TX262
Superseded General Decision Number: TX20130262
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 01/03/2014
BOIL0531-001 01/01/2013
Rates Fringes
Boilermaker ....................$ 22.71 20.63
----------------------------------------------------------------
BRTX0005-003 06/01/2012
Rates Fringes
Bricklayer .....................$ 19.50 1.73
----------------------------------------------------------------
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 06/01/2013
Rates Fringes
Ironworker, reinforcing ........ $ 22.50 5.35
----------------------------------------------------------------
PAIN0053-003 04/01/2008
Rates Fringes
Painter - Brush, Roller &
Spray ............................$ 15.81 4.56
----------------------------------------------------------------
PLUM0404-022 09/24/2012
Rates Fringes
PLUMBER/PIPEFITTER...............$ 22.50 6.25
----------------------------------------------------------------
SHEE0049-007 06/01/2011
Rates Fringes
SHEETMETAL WORKER (HVAC Duct
and Unit Installation) ........... $ 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: Grader/Blade ..........
$ 12.97
0.00
OPERATOR: Loader (Front End) ....
$ 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
(29CFR 5.5 (a) (1) (ii)) .
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non -union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The first
four letters , PLUM, indicate the international union and the
four -digit number, 0198, that follows indicates the local union
number or district council number where applicable , i.e.,
Plumbers Local 0198. The next number, 005 in the example, is
an internal number used in processing the wage determination.
The date, 07/01/2011, following these characters is the
effective date of the most current negotiated rate/collective
bargaining agreement which would be July 1, 2011 in the above
example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published annually
each January.
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not union
rates; however, the data used in computing these rates may
include both union and non -union data. Example: SULA2004-007
5/13/2010. SU indicates the rates are not union majority rates,
LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010, indicates
the classifications and rates under that identifier were issued
as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
Page Intentionally Left Blank
SPECIFICATIONS
Project Manual for
ROOF REPLACEMENT &
BUILDING ENVELOPE REPAIR PROJECT
MUNICIPAL HILL OPERATIONS FACILITIES
K *`
WKMW ON
3 SI•)y
Armko Industries, Inc.
Texas Registered Engineering Firm
F-006498
U
z
W
P.
7302 82nd Street
Lubbock, TX 79072
Tel 806 833-6953
Fax 806 833-8539
-dog . lubblock
TE1{AS
March 31, 2014
Project Number 20140303-48
Set Number
ROOF REPLACEMENT &
BUILDING ENVELOPE REPAIR PROJECT
MUNICIPAL HILL OPERATIONS FACILITIES
CITY OF LUBBOCK
LUBBOCK, TEXAS
ARMKO INDUSTRIES, INC.
LUBBOCK, TEXAS
March 31, 2014
TABLE OF CONTENTS
5
r
C. Wlilil'itiGTOl�i
•0 9'�
Apr, t�
Armko Industries, Inc.
Texas Registered Engineering Firm
F-006496
DIVISION 01
GENERAL
100
General Requirements
1 thru 12
322
Photographic Documentation
1 thru 2
330
Submittals and Substitutions
1 thru 6
DIVISIONS 02 thru 05
— NOT USED
DIVISION 06
CARPENTRY
105
Miscellaneous Carpentry
1 thru 5
DIVISION 07
THERMAL AND MOISTURE PROTECTION
215
Roof & Deck Insulation
1 thru 6
511
Built-up Asphalt Roofing
1 thru 24
591
Membrane Reroofing Preparation
1 thru 7
620
Sheet Metal and Miscellaneous Accessories
1 thru 8
720
Roof Accessories
1 thru 5
920
Sealants
1 thru 10
DIVISIONS 08 thru 14
— NOT USED
DIVISION 15
MECHANICAL
150
Sanitary Waste and Vent Specialties
1 thru 3
DIVISIONS 16 thru 17
— NOT USED
GENERAL REQUIREMENTS MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 01100
GENERAL REQUIREMENTS
1.01 DESCRIPTION OF WORK
A. It is the intent of the specification that the new work will provide a watertight facility. The
attached specifications describe the minimum acceptable standards of construction and
finish.
B. MUNICIPAL HILL OPERATIONS FACILITIES
1. Roof Sections A, B, E, F, I, & J: Work shall include removal of existing roof
membrane and insulation down to substrate. Remove and replace any damaged or
deteriorated decking according to the unit price as specified. Mechanically fasten
specified 4" specified insulation board with associated crickets per ASCE 7 criteria
and '/4" substrate board as specified. Provide a ballasted four -ply built-up roof system
as specified. Install new miscellaneous carpentry to parapet walls and expansion
joint details as specified. Raise all mechanical equipment and service lines to eight -
inch (8") minimum height above finished roof surface. Provide a twenty (20) year
NDL manufacturer's warranty and a two (2) year contractor's warranty. Work shall
also include all HVAC and electrical, piping disconnect and reconnection. Installation
shall be as per NRCA, SMACNA, ANSI/SPRI, specifications, details and
manufacturer's guidelines.
2. Roof Sections C, D, G & H: Work shall include removal of existing roof membrane
and insulation down to substrate. Remove and replace any damaged or deteriorated
decking according to the unit price as specified. Mechanically fasten specified red
rosin paper and base sheet per ASCE 7 criteria as specified. Fully adhere 4"
specified insulation board with associated crickets and '/4" substrate board as
specified. Provide a ballasted four -ply built-up roof system as specified. Install new
miscellaneous carpentry to parapet walls and expansion joint details as specified.
Raise all mechanical equipment and service lines to eight -inch (8") minimum height
above finished roof surface. Provide a twenty (20) year NDL manufacturer's
warranty and a two (2) year contractor's warranty. Work shall also include all HVAC
and electrical, piping disconnect and reconnection. Installation shall be as per
NRCA, SMACNA, ANSI/SPRI, specifications, details and manufacturer's guidelines
3. Exterior Elevations: Work shall include removal of existing sealant at all masonry
control joints, masonry to metal joints, metal to metal joints, and glass to metal joints
around doors and penetrations on exterior wall elevations as described in the project
specifications. Contractor shall install all specified sealant and required accessories
as per the project specifications. Contractor shall provide Owner with a five (5) year
labor and materials warranty and a five (5) year manufacturer's material warranty.
1.02 CHANGES
A. Changes to specifications and drawings will not be acceptable unless approved in writing
by the Owner/Owner's Representative.
GENERAL REQUIREMENTS 01100 - 1
GENERAL REQUIREMENTS MUNICIPAL HILL OPERATIONS FACILITIES
1.03 INSPECTION
A. An inspection shall be made by a representative of the material manufacturer of the
completed project to ensure that said project was installed in accordance with the
manufacturer's specifications and illustrated details. Upon this approval of the project, the
specified warranty or warranties shall be written.
1.04 INDEMNIFICATION
A. Successful proposer shall defend, indemnify and save harmless Owner and Owner's
Representative and all of its officers, agents and employees from all suits, actions, or
other claims of any character, name and description brought for or on account of any
injuries or damages received or sustained by any person, persons, or property arising out
of the award of the contract or on account of any negligent act or fault of the successful
proposer, or of any agent, employee, subcontractor or supplier in the execution of, or
performance under, any Contractor which may result from Proposal and shall pay any
judgment costs which may be obtained against Owner and Owner's Representative
growing out of such injury or damages.
1.05 QUALITY ASSURANCE
A. All work and materials hereinafter specified shall be best of kind described and, unless
specified otherwise, shall be new and of best quality. The specified roofing system shall
have been used successfully in the United States for a minimum of ten (10) years.
B. All materials will be securely fastened in place in a watertight, neat and workmanlike
manner. All workmen shall be thoroughly experienced in the particular class of work upon
which employed. All work shall be done in accordance with these specifications and shall
meet the approval in the field of the Owner's representative. Contractor's representative
and/or job supervisor shall have a complete copy of specifications and drawings on job
site at all times.
C. Contractor shall plan and conduct the operations of the work so that each section started
on one day is complete, details installed and thoroughly protected before the close of work
for that day.
D. Where any material is specified by proprietary name, trade name, name of manufacturer,
generic name, or catalog number with the addition of such expressions as "equivalent as
determined by Owner's Representative", it is understood that the material named is
intended and no substitution will be allowed without written approval by the Owner's
representative.
E. Should a specified material not be available, a substitution shall require approval (in
writing) of the Owner's representative and the roof system manufacturer issuing the
warranty before being utilized on this project.
F. Unless otherwise indicated, the materials to be used in this specification are those
specified and denote the type, quality, performance, etc. required. All proposals shall be
based upon the use of specified material.
GENERAL REQUIREMENTS 01100 - 2
GENERAL REQUIREMENTS
MUNICIPAL HILL OPERATIONS FACILITIES
G. A Contractor who proposes to quote on the basis of an "equivalent as determined by
Owner's Representative" alternate material or system shall submit to the Owner's
representative the following information, at least ten (10) calendar days prior to scheduled
proposal opening. Only one request for substitution will be considered for each material or
system. When substitution is not accepted, specified product or system shall be used.
1. A five (5) gallon sample of any adhesive, coating, mastic, or sealant and a three foot
by five foot (3' x 5') sample of any sheeting or rolled goods as may be specified.
2. A certificate from an accredited testing laboratory comparing the physical and
performance attributes of the proposed material with those of the specified materials.
3. A list of at least three (3) local jobs where the proposed alternate material was used
under similar conditions and written documentation showing successful installation in
the United States of similar size and scope for a minimum of ten (10) years. These
jobs must be available for inspection by the Owner's representative.
4. In the event a substitution is acceptable by the Owner, all contractors shall be
notified of the acceptable alternate within five (5) calendar days prior to proposal
opening by Addenda.
5. During the course of work, the Owner's representative may secure from the
containers at the job site, samples of the materials being used and submit the
samples to an independent testing laboratory for comparison. If the results of the
independent testing laboratory prove that the materials are not comparable and
equal to the specified materials, the Contractor shall pay for the testing and the
Owner reserves the right to reduce the amount of the proposal by twenty percent
(20%) if all work has already been completed before the test results become known.
If the contract work is not completed when the test results become known, the Owner
shall impose a penalty in proportion to the amount of work already completed, and all
remaining work shall be completed with the specified materials.
H. Application of materials shall be in strict accordance with the manufacturer's
recommendations. In the instance of a conflict between these specifications and those of
the manufacturer, the most stringent shall take precedence.
Roofing system manufacturer shall have approval for and shall meet Underwriter's
Laboratory fire rating Class A.
1.06 PRE -CONSTRUCTION CONFERENCE
A. A conference shall be scheduled by the Owner's representative and conducted at the work
site prior to start of work. The Contractor's project supervisor or foreman and the Owner's
representative shall attend. Job schedule, submittals, existing conditions, and
specifications shall be reviewed and any questions arising shall be resolved to the
satisfaction of all parties prior to start of work. Contractor shall begin work within five (5)
calendar days following Owner's signing of contract and/or issuance of the written notice
to proceed with work, weather permitting.
1.07 SUBMITTALS
A. Upon receipt of Notice of Acceptance of this proposal, the Contractor shall submit the
following items. All submittals shall be submitted to the Owner/Owner's representative
within ten (10) calendar days of the date on the Notice of Acceptance and prior to the
award of contract.
GENERAL REQUIREMENTS 01100 - 3
GENERAL REQUIREMENTS MUNICIPAL HILL OPERATIONS FACILITIES
1. Contractor's executed insurance certificate.
2. Material manufacturer's approval/acceptance of the specifications and details as
written or noted for this project, fastener pattern layout, insulation, fasteners and all
related materials.
3. Contractor's executed payment and performance bonds as required.
4. Shop drawings of all perimeter, penetration and projection details, and sheet metal
details approved by manufacturer, for Owner's approval if proposed details differ
from those included with this proposal package. These drawings shall be approved
by the membrane manufacturer and submitted at the preconstruction conference for
Owner review and approval prior to work start.
5. Approved applicator must submit a roof drawing which will be employed in the
project if proposed drawing differs from that included with this proposal package.
6. Shop Drawings and Product Data:
a) Manufacturer's Details: All termination details and other details normally required
by the membrane manufacturer's Technical Specifications, including both
standard details and special details, shall be furnished by the Contractor and
shall be approved in writing by the manufacturer, the company project manager,
and the Owner's representative prior to final installation.
b) Minimum drawing size shall be eight and one-half inches by eleven inches
(8-1 /2" x 11 ").
c) Submit sufficient copies of manufacturer's descriptive data including catalog
sheets for materials, equipment and fixtures, showing dimensions, performance
characteristics and capacities, diagrams and controls, schedules, and other
pertinent information required.
d) Submit brochures and other submittal data that cannot be reproduced
economically, in such quantities to allow the Owner to retain four copies of each
after review. Mark product data to show the name of project, Owner, Contractor,
originating Subcontractor, manufacturer or supplier, and separate details if
pertinent.
e) Product data shall completely identify specification sections and locations at
which materials or equipment are to be installed.
f) Accompany each submittal with a separate transmittal letter in duplicate,
containing date, project title and number, Contractor's name and address,
number of each shop drawing, product data and samples submitted, and
notification of deviations from Contract Documents.
7. Detailed project sequencing, staging, material loading, manpower plans, and detailed
project construction schedule for approval.
8. Sample of warranty that is to be issued upon project completion.
9. Submit list of all mechanical, electrical, rigging, sheet metal, and other
Subcontractors with evidence of Subcontractor's insurance coverage in compliance
with contract requirements.
10. Contractor shall submit written statement that their company or any Subcontractor
they may use is not employing workers classified as undocumented workers on this
project.
11. Samples of all materials not supplied or prior approved by the roofing membrane
manufacturer shall be submitted to the manufacturer for written approval prior to
installation start.
GENERAL REQUIREMENTS 01100 - 4
GENERAL REQUIREMENTS MUNICIPAL HILL OPERATIONS FACILITIES
1.08 USE OF PREMISES
A. The Contractor is advised that the Owner will occupy the building at all times, and the
Contractor must provide all safeguards required to protect personnel and to keep noise
levels as low as reasonably possible for each operation.
B. The Contractor shall:
1. Coordinate work in such a manner as to not interfere with the normal operation of the
building.
2. Assume full responsibility for protection and safekeeping of products stored on
premises.
3. Agree to hold the Owner harmless in any and all liability of every nature and
description that may be suffered through bodily injuries, including death of any
persons by reason of negligence of the Contractor, agents, employees, or
Subcontractors.
4. The Contractor and all Subcontractors shall take all necessary precautions to
prevent the use of alcoholic beverages on the Owner's premises.
1.09 SAFETY
A. The contractor and all Subcontractors shall take all necessary precautions to keep the
premises free of fire and safety hazards. The contractor shall prevent all agents,
employees, licensees and invitees of the contractor from smoking on the Owner's
premises and from operating or using any flame, spark or explosion hazard producing
devices anywhere on or about the premises without the written approval of the Owner's
representative.
1.10 INSPECTION OF WORK IN PROGRESS
A. The Owner's representative will require the material manufacturer's representative to
periodically examine the work in progress, as well as on completion, in order to assist in
ascertaining the extent the materials and labor procedures conform to the requirements of
the specifications.
B. The authorized material manufacturer's field representative shall be responsible for:
1. Keeping the Owner's representative informed after periodic inspections as to the
progress and quality of the work observed.
2. Calling to the attention of the Contractor those matters observed which are
considered to be in violation of the contract requirements.
3. Reporting to the Owner's representative, in writing, any failure or refusal of the
Contractor to correct unacceptable practices called to his attention.
4. Confirming, after completion of the work and based on his observation and test, that
he has observed no application procedures in conflict with these specifications. Final
payment will not be released until all specified warranties have been received by the
Owner.
1.11 FIELD INSPECTION AND CONTRACTOR RESPONSIBILITY
A. The Owner's representative shall at all times have access to the job site and work areas.
The Contractor will provide proper and safe facilities for such access and inspection.
GENERAL REQUIREMENTS 01100 - 5
GENERAL REQUIREMENTS MUNICIPAL HILL OPERATIONS FACILITIES
B. Any time during the course of the project, an inspection may be deemed necessary by the
Owner/Owner's representative to have one or all of the following members of the
Contractor's organization present in person to inspect the work along with the
Owner/Owner's representative: Owner, a Majority Stockholder, President and/or Chief
Executive Officer of the contracting firm.
C. The Owner/Owner's representative, if deemed necessary, will notify in writing who in the
Contractor's organization they want to inspect the work on the roof in addition to the
Contractor's normal inspection. If the designated person or persons requested by the
Owner/Owner's representative fails to respond within forty-eight (48) hours to the request,
the work may be suspended, payment withheld and/or liquidated damages outlined in the
specifications assessed until such time the individual(s) inspect(s) the work with the
Owner/Owner's representative.
D. Neither the presence nor absence of the Owner's representative nor the manufacturer's
representative, nor an inspection by the manufacturer of the work or operation of the
Contractor, nor any failure by the manufacturer to detect, pinpoint, or object to any defect
in the work completed, nor any deviation from these specifications, nor the acceptance by
the manufacturer of any such defect or the approval of the manufacturer of any such
deviation shall relieve the Contractor, or reduce, or in any way limit or divide, his full
responsibility for the full performance of the work required of him under these
specifications.
E. It shall be understood that such field inspection as the Owner's representative may cause
to be performed by the material manufacturer will be performed by the material
manufacturer solely for the benefit of the Owner and in an attempt to assist with the
requirements of this specification. These requirements bind the Contractor even without
such inspection.
F. No inspection or any act or omission of either the Owner's representative or the
manufacturer's representative in connection with such inspection shall prejudice the
Owner's right to strict conformance, or under any circumstances be construed to excuse or
mitigate any mistake or non-conformance by the Contractor.
1.12 ON -SITE SUPERVISION
A. The Contractor is responsible for the management and control of the work. He shall give
his personal superintendence of the work or have a competent resident manager or
superintendent satisfactory to the Owner on the job site at all times while work is in
progress, with full authority to act for the Contractor as his agent.
GENERAL REQUIREMENTS 01100 - 6
GENERAL REQUIREMENTS
MUNICIPAL HILL OPERATIONS FACILITIES
1.13 ROOFTOP EQUIPMENT
A. All air conditioning units and other rooftop equipment shall be moved by the roofing
Contractor as required to install roofing materials complete and in accordance with the
plans and specifications. When units or equipment are to be moved, they shall be
disconnected and moved by the roofing Contractor to a protected area so as not to
damage any part or component thereof, and shall be reset by the roofing Contractor and
reconnected at the Contractor's expense, all according to local building codes. All
disconnection and reconnection shall be performed by a mechanical and/or electrical
company licensed to perform such work and approved by the Owner's representative.
B. Contractor shall follow refrigerant recycling requirements as outlined in section 608 of the
Clean Air Act, 1990, as amended (CAA), including final regulations published on May 14,
1993 (58 FR 28660), and the prohibition on venting that became effective on July 1, 1992.
C. Where mechanical items, conduits, cables, raceways, piping or any other roof -top
mounted item must be moved in any manner, or disconnected and reconnected as made
necessary by the reroofing of the specified areas at the facility, all roof -top equipment,
piping, insulation, wires, fiber optic cable, any information systems components, conduits,
panels, motor starters, raceways, switches, antennas, satellite components, etc. shall be
replaced or renewed to match existing if damaged by Contractor. NOTE: It is the
responsibility of the Contractor to review the condition of any and all of the above noted, or
similar, items with authorized Owner personnel to determine condition of said items
PRIOR TO START OF WORK. If this review is not completed as prescribed, any and all
damage found at the end of the work will be repaired solely at the contractor's expense.
D. Any action by roofing contractor personnel which causes interruption of the ongoing works
of the Owner's facility will be repaired at the sole expense of the roofing contractor. Upon
interruption of the Owner's ability to meet required tasks, Owner may immediately, and
without the contractor's permission, take such action as necessary to repair said damage
so that the Owner's work may be resumed. The Owner has the obligation to notify the
contractor of such action as soon as possible, but in all cases must notify the contractor in
writing within 48 hours of the occurrence of the incident.
1.14 FINAL INSPECTION
A. Upon job completion, a final inspection will be made by Owner's representative. Final
payment will not be authorized for the work done until such inspection has been made and
all work is found to have been performed in accordance with the specifications and to the
satisfaction of the building Owner, and the specified warranties are issued.
B. The Contractor shall promptly remove any work that does not meet the requirements of
the plans and specifications or is incorrectly installed or otherwise disapproved by the
Owner as failing to meet with the plans and specifications. The Contractor shall promptly
replace any such work without expense to the Owner and shall bear the cost of making
good all work of other contractors or the Owner, destroyed or damaged by such removal
or replacement.
GENERAL REQUIREMENTS 01100 - 7
GENERAL REQUIREMENTS MUNICIPAL HILL OPERATIONS FACILITIES
1.15 DEMOLITION
A. All abandoned pitch pans, equipment, vents, curbs, and other such debris shall be
removed by the Contractor. Abandoned items that require deck placement shall be
marked by the Owner prior to proposal due date and/or the commencement of work.
Contractor shall install new decking of like dimensions to provide a suitable substrate in
areas where penetrations through the deck are removed.
1.16 CREWS AND EQUIPMENT
A. Contractor shall provide sufficient crews and equipment so that the project may progress
without interruption or unnecessary delay.
1.17 FUTURE REPAIRS
A. Contractor certifies by acceptance of this project that any future repairs or alterations he
might be called upon to execute after the project is complete, will be performed in
accordance with the manufacturer's recommended procedures so as to not void the
warranty.
1.18 NAILERS AND ROOF DECK
A. Contractor shall notify the Owner's representative of unforeseen areas of damaged
decking, wet insulation or deteriorated nailers. Where the damage is serious and
extensive, it will be the Owner's prerogative to authorize removal and replacement.
B. Any areas of unusual deck deflection noticed by the Contractor during the course of the
job that will cause an area of ponding water should be brought to the attention of the
Owner's representative by the Contractor.
C. The Contractor shall furnish the Owner with a unit price for removal and replacement of
the damaged decking, wet insulation or deteriorated nailers. All nailers required for the
new roofing application shall be provided by the roofing Contractor, and included in the
proposal amount. Unit cost for nailers applies only to existing deteriorated nailers. If
lumber is required to make "flush" interior parapet wall, cost shall be included in Base
Proposal.
1.19 CONTRACT DOCUMENTS
A. In the event of a conflict between the reroofing specifications and the Owner's contract
documents, the Owner's contract documents shall take precedence.
END OF SECTION 01100
GENERAL REQUIREMENTS 01100 - 8
PHOTOGRAPHIC DOCUMENTATION MUNICIPAL HILL OPERATIONS FACILITIES
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.
1.03 SUBMITTALS
A. Key Plan: Submit key plan of Project site and building with notation of vantage points
marked for location and direction of each photograph.
B. Construction Photographs: Submit three (3) prints of each photographic view within seven
(7) days of taking photographs.
1. Digital Images: Submit a complete set of digital image electronic files on CD-ROM.
Identify electronic media with date photographs were taken. Submit images that have
same aspect ratio as the sensor, uncropped.
PART 2 - PRODUCTS
2.01 PHOTOGRAPHIC MEDIA
A. Digital Images: Provide images in uncompressed JPEG format, produced by a digital
camera with minimum sensor size of 4.0 megapixels, and at an image resolution of not less
than 1600 by 1200 pixels.
PART 3 - EXECUTION
3.01 CONSTRUCTION PHOTOGRAPHS
A. General: Take photographs using the maximum range of depth of field, and that are in
focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be
accepted.
1. Maintain key plan with each set of construction photographs that identifies each
photographic location.
B. Digital Images: Submit digital images exactly as originally recorded in the digital camera,
without alteration, manipulation, editing, or modifications using image -editing software.
1. Date and Time: Include date and time in filename for each image.
PHOTOGRAPHIC DOCUMENTATION 01322 - 1
PHOTOGRAPHIC DOCUMENTATION MUNICIPAL HILL OPERATIONS FACILITIES
C. Preconstruction Photographs: Before starting construction, take digital photographs of
Project site and surrounding properties, including existing items to remain during
construction, from different vantage points, as directed by Architect.
1. Take eight (8) photographs to show existing conditions adjacent to property before
starting the Work.
2. Take eight (8) photographs of existing buildings either on or adjoining property to
accurately record physical conditions at start of construction.
3. Take additional photographs as required to record settlement or cracking of adjacent
structures, pavements, and improvements.
END OF SECTION 01322
PHOTOGRAPHIC DOCUMENTATION 01322 - 2
SUBMITTALS AND SUBSTITUTIONS MUNICIPAL HILL OPERATIONS FACILITIES
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'T'or approved equal", it is understood that the material
named is intended and no substitution will be allowed without written approval by the
Owner's representative three (3) calendar days prior to proposal due date.
4. Should a specified material not be available, a substitution shall require approval (in
writing) of the Owner's representative and the roof system manufacturer issuing the
warranty before being utilized on this project.
5. Unless otherwise indicated, the materials to be used in this specification are those
specified and denote the type, quality, performance, etc. required. All proposals
shall be based upon the use of specified material.
6. Do not substitute materials, equipment, or methods unless substitution has been
specifically approved in writing for this work by the Architect/Project Manager.
SUBMITTALS AND SUBSTITUTIONS 01330 - 1
SUBMITTALS AND SUBSTITUTIONS MUNICIPAL HILL OPERATIONS FACILITIES
C. "Or equal"
1. Where the phrase "or equal", or "or equal as approved by the Architect", occurs in
the Contract Documents, do not assume that the materials, equipment, or methods
will be approved as equal unless the item has been specifically so approved for this
work by the Architect/Project Manager.
2. A Contractor who proposes to quote on the basis of an "or equal'T'or approved
equal" alternate material or system shall submit to the Owner's representative the
following information, at least five (5) calendar days prior to scheduled proposal
opening. Only one request for substitution will be considered for each material or
system. When substitution is not accepted, specified product or system shall be
used.
a) A sample of any sealant as may be specified.
b) A certificate from an accredited testing laboratory comparing the physical and
performance attributes of the proposed material with those of the specified
materials.
c) A list of at least three (3) local jobs where the proposed alternate material was
used under similar conditions and written documentation showing successful
installation in the United States of similar size and scope for a minimum of ten
(10) years. These jobs must be available for inspection by the Owner's
representative.
d) In the event a substitution is acceptable by the Owner, all contractors shall be
notified of the acceptable alternate within three (3) calendar days prior to
proposal opening.
e) During the course of work, the Owner's representative may secure from the
containers at the job site, samples of the materials being used and submit the
samples to an independent testing laboratory for comparison. If the results of the
independent testing laboratory prove that the materials are not comparable and
equal to the specified materials, the Contractor shall pay for the testing and the
Owner reserves the right to reduce the amount of the proposal by twenty percent
(20%) if all work has already been completed before the test results become
known. If the contract work is not completed when the test results become
known, the Owner shall impose a penalty in proportion to the amount of work
already completed, and all remaining work shall be completed with the specified
materials.
D. Procedure for Use of Substitution Request Form
1. Substitution request including all required documentation must be delivered to the
Owner's Representative's office no later than the date indicated in the specifications.
Requests submitted late will not be considered.
2. The Individual or Firm requesting a substitution must document that the requested
substitution is equal or superior to the specified product. Failure to provide clear,
accurate, and adequate documentation will be grounds for rejection.
3. Required documentation shall consist of applicable information which would aid the
Architect in making an informed decision. Include side by side product
comparisons, technical data, laboratory test results, product drawings, etc.
SUBMITTALS AND SUBSTITUTIONS 01330 - 2
SUBMITTALS AND SUBSTITUTIONS MUNICIPAL HILL OPERATIONS FACILITIES
4. If use of the proposed product would result in changes to the design of the building,
the submittal shall describe fully the changes required to the drawings or
specifications. Any cost differences resulting from modifications to the drawings and
specifications and the cost of making the changes shall be borne by the Product
Supplier.
5. No product will be considered "as equal" to the product specified until it has been
included as an allowable substitution, in a written Addendum to the project.
1.03 SUBMITTALS
A. Make submittals of Shop drawings, samples, Substitution Requests, and other items in
accordance with the provisions of this section.
B. Upon receipt of Notice of Acceptance of this proposal, the Contractor shall submit the
following items. All submittals shall be submitted to the Owner/Owner's representative
within ten (10) calendar days of the date on the Notice of Acceptance and prior to the
award of contract.
1. Contractor's executed insurance certificate.
2. Material manufacturer's approval/acceptance of the specifications and details as
written or noted for this project.
3. Contractor's executed payment and performance bonds as required.
4. Shop drawings of details approved by manufacturer, for Owner's approval if
proposed details differ from those included with this proposal package.
5. Detailed project sequencing, staging, material loading, manpower plans, and detailed
project construction schedule for approval.
6. Sample of warranty that is to be issued upon project completion.
7. Submit list of all Subcontractors with evidence of Subcontractor's insurance
coverage in compliance with contract requirements.
8. Project superintendent's resume and project experience list for proposed system.
9. Contractor shall submit written statement that their company or any Subcontractor
they may use is not employing workers classified as undocumented workers on this
project.
10. Submit product data, including detailed test results of material applied to surfaces
similar to requirements of this Section. Submit manufacturer's instructions for
methods and application procedures.
C. Samples and Manufacturer's Submittals: Submit prior to delivery or installation.
1. Samples of all system components including all specified accessories.
2. Submit samples of proposed warranty complete with any addenda necessary to
meet the warranty requirements as specified.
3. Submit latest edition of manufacturer's specifications and installation procedures.
Submit only those items applicable to this project.
4. A written statement materials manufacturer approving the installer, specifications and
drawings as described and/or shown for this project and stating the intent to
guarantee the completed project.
SUBMITTALS AND SUBSTITUTIONS 01330 - 3
SUBMITTALS AND SUBSTITUTIONS MUNICIPAL HILL OPERATIONS FACILITIES
PART 2 — PRODUCTS
2.01 SHOP DRAWINGS
A. Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to
show all pertinent aspects of the item and its method of connection to the work.
B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions,
projection conditions, and any additional special job conditions which require details other
than indicated in the drawings.
C. Shop Drawings and Product Data:
1. Manufacturer's Details: All termination details and other details normally required by
the membrane manufacturer's Technical Specifications, including both standard
details and special details, shall be furnished by the Contractor and shall be
approved in writing by the manufacturer, the company project manager, and the
Owner's representative prior to final installation.
2. Submit sufficient copies of manufacturer's descriptive data including catalog sheets
for materials, equipment and fixtures, showing dimensions, performance
characteristics and capacities, diagrams and controls, schedules, and other pertinent
information required.
3. Submit brochures and other submittal data that cannot be reproduced economically,
in such quantities to allow the Owner to retain four copies of each after review. Mark
product data to show the name of project, Owner, Contractor, originating
Subcontractor, manufacturer or supplier, and separate details if pertinent.
4. Product data shall completely identify specification sections and locations at which
materials or equipment are to be installed.
5. Accompany each submittal with a separate transmittal letter in duplicate, containing
date, project title and number, Contractor's name and address, number of each shop
drawing, product data and samples submitted, and notification of deviations from
Contract Documents.
D. Provide manufacturer's approved details, or all perimeter conditions, project conditions,
and any additional special job conditions which require details other than indicated in the
drawings.
2.02 MANUFACTURER'S LITERATURE
A. Where contents of submitted literature from manufacturers includes data not pertinent to
the submittal, clearly show which portions of the contents is being submitted for review.
B. Submit the number of copies, which are required to be returned, plus one copy which will
be retained by the Architect/Project Manager.
2.03 MAINTENANCE PROCEDURES
A. Maintenance Procedures: Within ten days of the date of Substantial Completion of the
project, deliver to the Owner three copies of the manufacturer's printed instructions
regarding care and maintenance of the roof.
SUBMITTALS AND SUBSTITUTIONS 01330 - 4
SUBMITTALS AND SUBSTITUTIONS MUNICIPAL HILL OPERATIONS FACILITIES
2.04 SAMPLES
A. Provide sample or samples identical to the precise article proposed to be provided.
Identify as described under "Identification of Submittals" below.
B. Number of samples required:
1. Unless otherwise specified, submit samples in the quantity which is required to be
returned, plus one which will be retained by the Architect/Project Manager.
2. By pre -arrangement in specific cases, a single sample may be submitted for review
and, when approved, be installed in the work at a location agreed upon by the
Architect/Project Manager.
2.05 COLORS AND PATTERNS
A. Unless the precise color and pattern are specifically called out in the Contract Documents,
and whenever a choice of color or pattern is available in the specified products, submit
accurate color and pattern charts to the Architect/Project Manager for selection.
B. Contractor shall hold ALL color samples until all items requiring color selections are
received. Only then should the actual color samples be submitted for selections. Each
sample shall be properly labeled with the name of the project, contractor, manufacturer,
and date of submission. Incomplete color submittal will be returned to the Contractor.
C. The Contractor shall allow four weeks after all colors are submitted for final Owner
approval.
PART 3 — EXECUTION
3.01 IDENTIFICATION OF SUBMITTALS
A. Consecutively number all submittals.
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.
SUBMITTALS AND SUBSTITUTIONS 01330 - 5
SUBMITTALS AND SUBSTITUTIONS MUNICIPAL HILL OPERATIONS FACILITIES
3.02 TIMING OF SUBMITTALS
A. Make submittals far enough in advance of scheduled dates for installation to provide time
required for reviews, for securing necessary approvals, for possible revisions and re -
submittals, and for placing orders and securing delivery.
B. Revisions:
1. Make revisions required by the Architect/Project Manager.
2. If the Contractor considers any required revision to be a change, he shall so notify
the Architect/Project Manager.
3. Make only those revisions directed or approved by the Architect/Project Manager.
END OF SECTION 01330
SUBMITTALS AND SUBSTITUTIONS 01330 - 6
MISCELLANEOUS CARPENTRY MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 06105
MISCELLANEOUS CARPENTRY
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes the following:
1. Wood blocking, cants, and nailers.
1.02 DEFINITIONS
A. Lumber grading agencies, and the abbreviations used to reference them, include the
following:
1. NELMA - Northeastern Lumber Manufacturers Association.
2. NLGA - National Lumber Grades Authority.
3. SPIB - Southern Pine Inspection Bureau.
4. WCLIB - West Coast Lumber Inspection Bureau.
5. WWPA - Western Wood Products Association.
1.03 SUBMITTALS
A. Product Data: For each type of process and factory -fabricated product. Indicate component
materials and dimensions and include construction and application details.
1. Include data for wood -preservative treatment from chemical treatment manufacturer
and certification by treating plant that treated materials comply with requirements.
Indicate type of preservative used, net amount of preservative retained, and chemical
treatment manufacturer's written instructions for handling, storing, installing, and
finishing treated material.
2. Include data for fire -retardant treatment from chemical treatment manufacturer and
certification by treating plant that treated materials comply with requirements. Include
physical properties of treated materials, both before and after exposure to elevated
temperatures when tested according to ASTM D 5516 and ASTM D 5664.
3. For products receiving a waterborne treatment, include statement that moisture
content of treated materials was reduced to levels specified before shipment to Project
site.
4. Include copies of warranties from chemical treatment manufacturers for each type of
treatment.
1.04 QUALITY ASSURANCE
A. Forest Certification: For the following wood products, provide materials produced from wood
obtained from forests certified by an FSC-accredited certification body to comply with
FSC 1.2, "Principles and Criteria":
1. Dimension lumber.
2. Miscellaneous lumber.
MISCELLANEOUS CARPENTRY 06105 - 1
MISCELLANEOUS CARPENTRY
MUNICIPAL HILL OPERATIONS FACILITIES
1.05 DELIVERY, STORAGE, AND HANDLING
A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air
circulation. Provide for air circulation around stacks and under coverings.
PART 2 - PRODUCTS
2.01 WOOD PRODUCTS, GENERAL
A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the
American Lumber Standards Committee Board of Review.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp
on end or back of each piece.
3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for
moisture content specified. Where actual sizes are indicated, they are minimum
dressed sizes for dry lumber.
4. Provide dressed lumber, S4S, unless otherwise indicated.
5. Provide dry lumber with nineteen percent (19%) maximum moisture content at time of
dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise
indicated.
6. Provide dry lumber with fifteen percent (15%) maximum moisture content at time of
dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise
indicated.
B. Wood Structural Panels:
1. Plywood
2. Thickness: As needed to comply with requirements specified but not less than
thickness indicated.
3. Comply with "Code Plus" provisions in APA Form No. E30K, "APA
Design/Construction Guide: Residential & Commercial."
4. Factory mark panels according to indicated standard.
2.02 DIMENSION LUMBER
A. General: Provide dimension lumber of grades indicated according to the American Lumber
Standards Committee National Grading Rule provisions of the grading agency indicated.
B. Non -Load -Bearing Interior Partitions: Construction, Stud, or No. 2 grade and any of the
following species:
1. Mixed southern pine; SPIB.
2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA.
3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA.
4. Eastern softwoods; NELMA.
5. Northern species; NLGA.
6. Western woods; WCLIB or WWPA.
C. Other Framing: Construction, Stud, or No. 2 grade and any of the following species:
1. Douglas fir -larch; WCLIB or WWPA.
MISCELLANEOUS CARPENTRY 06105 - 2
MISCELLANEOUS CARPENTRY
MUNICIPAL HILL OPERATIONS FACILITIES
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,
9. Spruce -pine -fir; NLGA.
2.03 MISCELLANEOUS LUMBER
WCLIB, or WWPA.
A. General: Provide lumber for support or attachment of other construction, including the
following:
1. Rooftop equipment bases and support curbs.
2. Blocking.
3. Cants.
4. Nailers.
B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with
fifteen percent (15%) maximum moisture content and any of the following species:
1. Mixed southern pine; SPIB.
2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA.
3. Spruce -pine -fir (south) or Spruce -pine -fir; NELMA, NLGA, WCLIB, or WWPA.
4. Eastern softwoods; NELMA.
5. Northern species; NLGA.
6. Western woods; WCLIB or WWPA.
C. For exposed boards, provide lumber with fifteen percent (15%) maximum moisture content
and any of the following species and grades:
1. Eastern white pine, Idaho white, lodgepole, ponderosa, or sugar pine Premium or 2
Common (Sterling) grade; NELMA, NLGA, WCLIB, or WWPA.
2. Mixed southern pine, B & B Finish No. 1 grade; SPIB.
3. Hem -fir or Hem -fir (north), Superior or C & Btr Finish grade; NLGA, WCLIB, or WWPA.
4. Spruce -pine -fir (south) or Spruce -pine -fir, grade; NELMA, NLGA, WCLIB, or WWPA.
5. Western red cedar, A grade; NLGA or WWPA.
D. For concealed boards, provide lumber with fifteen percent (15%) maximum moisture content
and any of the following species and grades:
1. Mixed southern pine, No. 2 grade; SPIB.
2. Hem -fir or Hem -fir (north), Construction or 2 Common grade; NLGA, WCLIB, or
WWPA.
3. Spruce -pine -fir (south) or Spruce -pine -fir, Construction or 2 Common grade; NELMA,
NLGA, WCLIB, or WWPA.
4. Eastern softwoods, No. 2 Common grade; NELMA.
5. Northern species, No. 2 Common grade; NLGA.
6. Western woods, Construction or No. 2 Common grade; WCLIB or WWPA.
2.04 FASTENERS
MISCELLANEOUS CARPENTRY 06105 - 3
MISCELLANEOUS CARPENTRY MUNICIPAL HILL OPERATIONS FACILITIES
A. General: Provide fasteners of size and type indicated that comply with requirements
specified in this Article for material and manufacture.
1. Where carpentry is exposed to weather, in ground contact, or in area of high relative
humidity, provide fasteners with hot -dip zinc coating complying with
ASTM A 153/A 153M.
B. Nails, Wire, Brads, and Staples: FS FF-N-105.
C. Power -Driven Fasteners: CABO NER-272.
D. Wood Screws: ASME B18.6.1.
E. Screws for Fastening to Cold -Formed Metal Framing: ASTM C 954, except with wafer
heads and reamer wings, length as recommended by screw manufacturer for material being
fastened.
F. Lag Bolts: ASME B18.2.1. (ASME B18.2.3.8M).
G. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property
Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers.
H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with
capability to sustain, without failure, a load equal to 6 times the load imposed when installed
in unit masonry assemblies and equal to 4 times the load imposed when installed in
concrete as determined by testing per ASTM E 488 conducted by a qualified independent
testing and inspecting agency.
1. Material: Carbon -steel components, zinc plated to comply with ASTM B 633,
Class Fe/Zn 5.
2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and
ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4).
2.05 METAL FRAMING ANCHORS
A. General: Provide galvanized steel framing anchors of structural capacity, type, and size
indicated and acceptable to authorities having jurisdiction.
B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with
ASTM A 653/A 653M, G60 (Z180) coating designation.
PART 3 - EXECUTION
3.01 INSTALLATION, GENERAL
A. Discard units of material with defects that impair quality of carpentry and that are too small to
use with minimum number of joints or optimum joint arrangement.
MISCELLANEOUS CARPENTRY 06105 - 4
MISCELLANEOUS CARPENTRY MUNICIPAL HILL OPERATIONS FACILITIES
B. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted.
Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate
nailers, blocking, and similar supports to comply with requirements for attaching other
construction.
C. Apply field treatment complying with 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 - 5
ROOF AND DECK INSULATION MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 07215
ROOF AND DECK INSULATION
PART 1 — GENERAL
1.01 DESCRIPTION
A. Related Work
1. Documents affecting work of this Section include, but are not necessarily limited
to, General Requirements / Conditions, Supplementary General Conditions, and
Sections in Division 01 of these Specifications.
1.02 REFERENCES
A. American Society of Testing Materials (ASTM)
1. C 177-85 Test Method for Steady -State Heat Flux Measurements and Thermal
Transmission Properties by Means of the Guarded -Hot -Plate Apparatus.
2. C 209-84 Methods of Testing Insulating Board (Cellulosic Fiber), Structural and
Decorative.
3. C 728-89a Perlite Thermal Insulation Board
4. D 41-85 Asphalt Primer Used in Roofing and Waterproofing.
5. D 312-89 Asphalt Used in Roofing.
6. D 1621-73 (1979) Test Method for Compressive Properties of Rigid Cellular
Plastics.
7. D 4601-86 Asphalt Coated Glass Fiber Base Sheet Used in Roofing.
B. National Roofing Contractors Association (NRCA)
1. (ANSI/SPRI)
2. ASCE 7 wind uplift criteria
1.03 QUALITY ASSURANCE
A. Regulatory Requirements
1. Classified by Underwriter's Laboratories (UL) as Class A roof covering.
2. Follow local, state, and federal regulations, safety standards, and codes.
B. Installation
1. Installation shall be in accordance with manufacturer's current published application
procedures, NRCA general recommendations, and ASCE 7 wind uplift criteria.
2. Roof system manufacturer's technical specifications shall be considered part of this
specification and shall be used as reference for specific application procedures.
1.04 SUBMITTALS
A. Product Data: Submit Manufacturer's product data sheets for each product.
B. Shop Drawings: Layout of roof plan showing tapered design, tapered insulation pattern,
direction of slope, amount of slope, spot elevations indicating thicknesses at high and low
points.
ROOF AND DECK INSULATION 07215 - 1
ROOF AND DECK INSULATION MUNICIPAL HILL OPERATIONS FACILITIES
C. Certification: Submit roof manufacturer's certification in writing that insulation is
acceptable as substrate for application of specified roof system.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Store materials in accordance with manufacturer's recommendations.
B. When stored outdoors:
1. Tarp and shield insulation from moisture and ultraviolet rays.
2. Elevate insulation above substrate four inches minimum.
3. Secure insulation to resist high winds.
4. Distribute insulation stored on roof deck to prevent concentrated loads that would
impose excessive stress or stain on deck or structural members. Verify that
structure can accommodate additional loading.
5. Wet insulation, or insulation that has been wet but which has dried, may not be
used and shall be removed completely and immediately from the job site.
6. Do not double stack bundles of insulation on the roof top.
1.06 SEQUENCING AND SCHEDULING
A. Substrate Acceptance: Roof system manufacturer's representative shall inspect roof
deck and associated substrates and provide written acceptance of conditions.
B. Manufacturer's approved roofing contractor shall inspect and approve deck and
substrates.
C. Plan roof layout with respect to roof deck slope to prevent rainwater drainage into
completed roofing.
D. Do not install more insulation than can be covered with complete roof system in same
day.
1.07 PRODUCT CONDITIONS
A. Environmental Requirements:
1. Apply roofing and insulation in dry weather.
2. Do not proceed with roof construction during inclement weather or when
precipitation is predicted 40% or more possibility.
3. Do not apply insulation over wet or moist deck or in foggy conditions.
4. Days with wind speeds of 30 mph or greater shall be considered "Bad Weather"
days.
B. Emergency Equipment: Maintain on -site equipment and material necessary to apply
emergency temporary seals I the event of sudden storms or inclement weather.
C. Costs for emergency roofing shall be borne by Contractor.
ROOF AND DECK INSULATION 07215 - 2
ROOF AND DECK INSULATION
MUNICIPAL HILL OPERATIONS FACILITIES
PART 2 — PRODUCTS
2.01 INSULATION
A. All insulation shall be approved in writing by the membrane manufacturer as to thickness,
type, and manufacturer. All insulation must be approved for the specific application,
Underwriters Laboratory approved, and be listed in the FM Global Approval Guide.
B. Polyisocyan u rate Roof Insulation: Insulation shall be rigid polyisocyan u rate foam board;
thickness and LTTR-value shall be a minimum of 4" = 23.6; meeting Federal
Specification No. HH-1-1972/1 or 2 with 20 psi minimum compressive strength and 2.0
pcf minimum density. Board shall be surfaced on two (2) sides with non -asphaltic facer
material.
C. Tapered Polyisocya n u rate Roof Insulation: Shall be tapered polyisocyan u rate board per
Federal Specification No. HH-1-1972/1 or 2, with a 20 psi minimum compressive strength
and 2.0 pcf density minimum. Insulation shall be of thickness required for one-fourth inch
(1/2") slope per foot to roof drains as shown on drawings. Insulation shall be surfaced on
two (2) sides with a non -asphaltic facer material.
D. Cover Board: Non-structural glass mat faced, non-combustible, moisture resistant,
silicone treated gypsum core panel, manufactured to conform to ASTM C-1177.
Thickness shall be 1 /4" = R of .28 with a nominal board size of 4' x 8', Secure -Rock or
approved equal.
2.02 BITUMEN
A. Shall be ASTM D 312 Type IV extra steep asphalt.
Slope
Interaly
Too Pour
Backnail Straa
0 -'/2" per 12"
Type IV
Type IV
No No
''/2" - 2" per 12"
Type IV
Type IV
Yes Strap if possible
2" - 3" per 12"
Type IV
Type IV
Yes Yes
2.03 ASPHALT ROOF PRIMER
A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces, Handi-Gard RC-114,
as manufactured by Gibson Homans Company / GAF, or approved equal.
Applicable Federal Specification SS-A-701 B
ASTM D 41
Flash Point 105' F
Viscosity at 80° F (ASTM D 217) 50-60 K.U.
Weight per gallon 7.4 pounds
Drying time (to touch) Min. 4 hours
2.07 FASTENERS
A. Fasteners and fastening plates and/or termination bars shall be FM Approved and shall
be listed in the FM Global Approval Guide, and as recommended by the insulation/
fastener manufacturer for the specific application to meet the minimal requirements for
wind uplift as required by the local jurisdiction and/or FM Global.
ROOF AND DECK INSULATION 07215 - 3
ROOF AND DECK INSULATION MUNICIPAL HILL OPERATIONS FACILITIES
B. Heavy Duty Fastener for Steel Applications for 18-22 gauge Steel & Wood Substrates:
Shall be a #14 fastener with a minimum .190 diameter shank and a thread diameter of
.245 with ten (10) threads per inch and a 30 degree spade point. Fasteners shall be
fluorocarbon coated with CR-10 corrosion resistant coating when subjected to 30
Kesternich cycles (DIN 50018) shows less than 15% red rust which surpasses FM Global
Approval Standard 4470, as manufactured by OMG Roofing Products, Agawam, MA or
approved equal. All fasteners shall be used in conjunction with the manufacturers
approved round pressure plate. Fasteners, plates, and/or bars shall be FM approved
and listed in the FM Global Approval Guide.
PART 3 — EXECUTION
3.01 PROTECTION
A. Provide special protection from traffic on yet to be removed roofing.
B. Provide special protection from traffic on completed work.
3.02 EXAMINATION AND PREPARATION
A. Do not install until defects are corrected and deck substrate meets roof system
manufacturer's requirements.
B. Do not apply insulation unless asphalt application temperature, EVT of approximately
3750 F to 4250 F, can be maintained or when water or moisture is present on substrate.
Do not heat asphalt above flashing point, or 5250 F.
C. Examine substrate and related surfaces, and verify that there are no conditions such as
inadequate anchorage, foreign materials, moisture, ridges, depressions, or other
conditions which would prevent satisfactory installation of roof system.
D. Start of work constitutes acceptance of deck substrate and site conditions.
E. Sweep deck substrate clean of dust and debris immediately prior to installation of
insulation.
3.03 INSULATION INSTALLATION
A. Manufacturer's Instructions: In regard to attachment, the manufacturer's instructions or
specifications shall determine the suitability for an application. Installation must meet
ASCE 7 criteria and meet local governing building codes.
B. Precautions: The surface of the insulation must not be ruptured due to overdriving of
fasteners.
ROOF AND DECK INSULATION 07215 - 4
ROOF AND DECK INSULATION MUNICIPAL HILL OPERATIONS FACILITIES
C. Thermal insulation boards shall be laid on the substrate in parallel rows with end joints
staggered and butted as close as possible. All joints shall be tight and at the roof
perimeter and roof penetrations, insulation shall be cut neatly and fitted to reduce
openings to a minimum. All openings one-fourth inch (1/4") or larger shall be filled with
insulation.
D. Insulation shall be tapered or feathered at drains and scuppers to provide proper
drainage (if applicable).
E. No more insulation shall be installed than can be covered by the completed roof system
by the end of the day or the onset of inclement weather.
F. Tapered insulation and crickets, when specified, shall be placed in accordance with the
drawings and/or as required to minimum of NRCA standards.
3.04 FULLY ADHERED INSULATION (WOOD DECK AREAS)
A. Specified insulation shall be bonded to the base sheet with a solid mopping of steep
asphalt Type IV, as required by slope (NRCA), at the minimum rate of thirty pounds (30#)
± 20% per one hundred (100) square feet and immediately walked in place.
B. The top surface of the first layer of insulation shall be coated with hot asphalt using
twenty-five pounds (25#) per one hundred (100) square feet of surface, and a second
layer of insulation shall be applied using offset joints, so that each layer breaks joints to a
minimum of six inches (6") both ways with the preceding layer, and immediately walked
in place.
3.05 MECHANICALLY FASTENED INSULATION (METAL DECK AREAS)
A. Specified insulation shall be mechanically fastened to conform to the ASCE 7 criteria for
wind uplift as dictated by wind zone applicable to location of project. Fasteners and
fastening patterns shall be determined by building height, location and geographical area
of the United States. It is the contractor's responsibility to consult current publications,
literature, and bulletins of IBC and the manufacturer that are in effect at the time of this
project. Boards shall be staggered and butted as close as possible with voids over
one-fourth inch (1/4") to be filled.
B. Insulation shall be laid with edges parallel to flutes and bearing on deck surface/flats.
The long dimension of base insulation layer must be fully supported by the top flange of
the metal deck. The edges of insulation boards must not cantilever over the flutes of the
metal deck.
C. The top surface of the first layer of insulation shall be coated with hot asphalt using
twenty-five pounds (25#) per one hundred (100) square feet of surface, and a second
layer of insulation shall be applied using offset joints, so that each layer breaks joints to a
minimum of six inches (6") both ways with the preceding layer, and immediately walked
in place.
D. The new layer of insulation shall be applied over the existing insulation using offset joints,
so that each layer breaks joints to a minimum of six inches (6") both ways with the
preceding layer.
ROOF AND DECK INSULATION 07215 - 5
ROOF AND DECK INSULATION MUNICIPAL HILL OPERATIONS FACILITIES
3.06 ADJUSTING
A. Remove insulation which has been damaged (broken, cracked, punctured, wet, etc.) and
install acceptable new units before installation of roof system.
3.07 CLEANING
A. Remove debris and material wrappers from jobsite. Leave insulation clean and dry,
ready to receive roofing membrane.
3.08 PROTECTION
A. Provide special protection from traffic on completed work.
END OF SECTION 07215
ROOF AND DECK INSULATION 07215 - 6
BUILT-UP ROOFING MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 07511
FOUR -PLY BUILT-UP ROOFING
PART1 GENERAL
1.01 SECTION INCLUDES
A. New built-up roofing and related membrane and penetration flashings.
1.02 INSTALLER QUALIFICATIONS
A. Roofing installer must be:
1. Currently prequalified with the Owner in accordance with Owner's
prequalification requirements.
2. Currently in good standing with the manufacturer.
3. Installer must be an experienced single firm specializing in the type of roofing
repair and/or removal and replacement work required, employing only
experienced workers for the class of work in which they are employed, having
at least five (5) years successful experience on projects similar in size and
scope and acceptable as applicators by the Owner's representative.
4. Contractor must have successfully completed previous projects warranted by
the manufacturer.
B. It shall remain each Bidder's responsibility to determine his current status with the
manufacturer's certification plan.
1.03 QUALITY ASSURANCE
A. 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.
BUILT-UP ROOFING 07511 - 1
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
2. Attendance: Owner, Consultant, Contractor, project superintendent, roof
applicator, and roof manufacturer's technical representative.
3. Agenda:
a) Scheduling of roofing operation.
b) Daily production anticipated.
c) Designation of key individuals and their respective responsibilities.
d) Processing procedures of field and change orders.
e) Review of staging and material storage locations.
f) Accommodations for temporary services (water, power).
g) Coordination of work by other trades.
h) Protection of completed roofing.
i) Emergency rain protection procedures.
j) Discussion of process for manufacture's inspection and acceptance of
completed roofing and flashings.
k) Manufacturer's deck inspection to be performed.
F. Installation:
1. Installation shall be in accordance with procedures and standards set forth by
National Roofing Contractors Association.
2. Installation shall be in accordance with manufacturer's current published
application procedures and general recommendations of National Roofing
Contractor's Association. Follow Underwriters Laboratories' requirements
acceptable for use with specified products or systems.
3. Roofing shall be as described in this section and shall be provided and
approved by roof system manufacturer. Materials not manufactured or
provided by manufacturer shall have written approval from manufacturer
stating that materials are acceptable and are compatible with other materials
and systems required.
G. There shall be no deviations made from manufacturer's published specification,
this specification, or approved shop drawings without prior written approval of
Owner's representative and Roof Membrane Manufacturer.
H. Perform work on this section in accordance with best standards of practice relating
to trades involved.
Pullout Tests: Conduct pullout test on deck using appropriate fastener prior to roof
system installation. Submit pullout results for manufacturer's review to determine
specific fastening pattern for this project, minimum uplift requirements shall
conform to current ASCE 7 criteria.
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.
BUILT-UP ROOFING 07511 -2
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
K. Material Manufacturer's Final Inspection:
1. Manufacturer's authorized representative shall provide final inspection at
completion of project to ensure that project has been completed in
accordance with manufacturer's requirements. Upon approval and
acceptance of project, manufacturer's warranty certification shall be written,
executed, and furnished to Owner.
2. Contractor shall pay for manufacturer's final inspection and additional
inspections.
L. Laboratory Testing and Samples:
1. At Owner's request, obtain 3 field samples of completed roof membrane and
assembly. Take samples at locations designated by Owner's representative,
Owner's representative, and test for compliance with requirements on
Contract Documents and with manufacturer's published performance criteria.
Test shall be performed by nationally recognized testing laboratory in
accordance with accepted ASTM methods. Contractor shall assume costs
for extraction and patch of samples. Owner will assume costs for testing of
field sample.
2. Correct deficiencies in accordance with manufacture's recommended
procedures at no cost to Owner.
3. If, for any reason, areas that are tested by Owner fail to meet manufacturer's
requirements, then subsequent expense for retesting of those areas will be
borne by Contractor.
1.04 REFERENCES
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
BUILT-UP ROOFING 07511 - 3
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
1.05 SUBMITTALS
A. Samples and Manufacturer's Submittals: Submit prior to delivery or installation.
1. Samples of all roofing system components including all specified accessories.
2. Submit samples of proposed warranty complete with any addenda necessary
to meet the warranty requirements as specified.
3. Submit latest edition of manufacturer's specifications and installation
procedures. Submit only those items applicable to this project.
4. A written statement from the roofing materials manufacturer approving the
installer, specifications and drawings as described and/or shown for this project
and stating the intent to guarantee the completed project.
5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens.
B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions,
projection conditions, and any additional special job conditions which require details
other than indicated in the drawings.
C. Maintenance Procedures: Within ten days of the date of Substantial Completion of
the project, deliver to the Owner three copies of the manufacturer's printed
instructions regarding care and maintenance of the roof.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in manufacturer's original, unopened containers and rolls with all
labels intact and legible including labels indicating appropriate warnings, storage
conditions, lot numbers, and usage instructions. Materials damaged in shipping or
storage shall not be used.
B. Manufacturer's packaging and/or roll plastic is not acceptable for exterior storage.
Tarpaulin with grommets shall be minimum acceptable for exterior coverings. All
materials stored as above shall be minimum of four inches (4") off the substrate, and
the tarpaulin tied off with rope.
C. Deliver materials requiring fire resistance classification to the job with labels attached
and packaged as required by labeling service.
D. Deliver materials in sufficient quantity to allow continuity of work.
E. Handle and store material and equipment in such a manner as to avoid damage.
Liquid products shall be delivered sealed, in original containers.
F. Handle rolled goods so as to prevent damage to edge or ends.
G. Select and operate material handling equipment so as not to damage existing
construction or applied roofing.
BUILT-UP ROOFING 07511 - 4
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
H. Moisture -sensitive products shall be maintained in dry storage areas and properly
covered. Provide continuous protection of materials against wetting and moisture
absorption. Store roofing and flashing materials on clean raised platforms with
weather protective covering when stored outdoors.
Store rolled goods on end.
Protect materials against damage by construction traffic.
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.
1.07 SITE CONDITIONS
A. Job Condition Requirements:
1. Coordinate the work of the contractor with the work to be performed by the
Owner's personnel, to ensure proper sequencing of the entire work. The
Owner's personnel will be erecting interior protection for equipment, if
required. The contractor is to schedule his work so that adequate time is
allowed for the Owner's personnel to perform this work. No roof work shall
be performed until the Owner's personnel have completed erection of the
interior protection in that area.
2. Apply roofing in dry weather.
3. Do not apply roofing when ambient temperature is below 40° F (4° 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 07511 - 5
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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 a fume recovery system 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.
BUILT-UP ROOFING 07511 - 6
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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. Cleaning and Disposal of Materials:
1. Contractor shall keep the job clean and free from all loose materials and
foreign matter. Contractor shall take necessary precautions to keep outside
walls clean and shall allow no roofing materials to remain on the outside walls.
2. All waste materials, rubbish, etc., shall be removed from the Owner's premises
as accumulated. Rubbish shall be carefully handled to reduce the spread of
dust. A suitable scrap chute or hoist must be used to lower any debris. At
completion, all work areas shall be left broom clean and all contractor's
equipment and materials removed from the site.
BUILT-UP ROOFING 07511 - 7
BUILT-UP ROOFING MUNICIPAL HILL OPERATIONS FACILITIES
3. All bituminous or roofing related materials shall be removed from ladders,
stairs, railings, and similar parts of the building.
4. Debris shall be deposited at an approved disposal site.
1.08 SEQUENCING AND SCHEDULING
A. Coordinate roofing schedule with work of other trades.
B. Plan lay up 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.
1.09 WARRANTY
A. Roofing - Manufacturer: Project shall be installed in such a manner that the roofing
material manufacturer will furnish a written twenty (20) year NDL type warranty
from the date of substantial completion of the completed project.
B. Roofing - Contractor: The contractor, jointly with any subcontractors employed by
him, shall guarantee the work required and performed under this contract will be
free from defects in workmanship and materials, and that the building will be and
remain waterproof for a two (2) year warranty period, after the Owner accepts the
work as substantially complete. The warranty shall be in approved notarized
written form, to obligate the contractor and his subcontractors, if any, to make good
the requirements of the warranty.
C. Warranty repairs shall be performed by a certified installer. The repairs shall be
performed in accordance with the manufacturer's written instructions and
recommended procedures so as to not void the warranty. Repair of the system,
including materials and labor, shall be done at no cost to the Owner.
D. During the proposal period each Bidder shall make arrangements with the material
manufacturer to provide the required warranty.
PART2 PRODUCTS
2.01 GENERAL
A. All materials shall be furnished, specified, or approved in writing by the manufacturer
issuing the warranty.
BUILT-UP ROOFING 07511 - 8
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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 503.
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
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 Type VI fiberglass, Premier ply sheet, Underwriters Laboratory Type G-1,
meeting Federal Specification No. SS-R-62013, ASTM D 2178, Type III.
2.06 INSULATION
A. All insulation shall be in compliance with Section 07215 Roof and Deck Insulation.
B. All insulation shall be approved in writing by the membrane manufacturer as to
thickness, type, and manufacturer. All insulation must be approved for the specific
application, Underwriters Laboratory approved, and be listed in the FM Global
Approval Guide.
2.07 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.
BUILT-UP ROOFING 07511 - 9
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
& 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
Unit Weight (loose)
Dust
Hardness, amount passing
No. 5 (3.36 mm) sieve when
tested in accordance with
ASTM D 1865
2.08 CANT STRIP
2.0% max.
60 lbs./cu. ft., min.
0.5% max.
20% max.
A. Shall be wood fiber where used for non-structural purposes. Shall be treated solid
wood where used for structural purposes meeting NRCA, FM Global and
Underwriters Laboratory guidelines. If solid wood cant is used where insulation
exists, cant is to be toe nailed into treated solid wood nailer the same height as
insulation.
2.09 WOOD
A. All nailers, cants and wooden curbs shall be treated lumber as required by NRCA,
FM Global and Underwriters Laboratory guidelines.
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).
BUILT-UP ROOFING 07511 - 10
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
2.11 ROOF DRAIN
A. Shall be all cast iron, minimum four inch (4"), as manufactured by Josam, or
approved equal.
2.12 LEAD JACKS
A. Shall be four pound (4#) lead, and of dimensions required to completely cover
existing plumbing stack.
2.13 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.
2.14 PITCH PAN SEALANT
A. Shall be one -part, self -leveling polyurethane sealant meeting Federal Specification
No. TT-S-00230C, Type I, Class A, ASTM C 920, Type S, Grade P, Class 25, for
use in new pitch pans.
2.15 PIPESTANDS (6" OR SMALLER - LESS THAN 9" OFF ROOF SURFACE)
A. Black, polycarbonate construction with stainless steel roller pin assembly suitable
for gas lines and conduit set in finished roof assemblies, Model No. 24R, sized
accordingly, as manufactured by Miro Industries, Inc., or approved equal.
2.16 PIPESTANDS
A. Black, polycarbonate construction with stainless steel roller pin assembly suitable
for gas lines and conduit set in finished roof assemblies, Model No. 24R, sized
accordingly, as manufactured by Miro Industries, Inc.
2.17 PIPE HANGERS (6" AND LARGER — 9" TO 12" OFF ROOF SURFACE)
A. Shall be pre -assembled portable pipe hangers constructed of high density
polypropylene plastic and UV inhibitors, sized according to outside pipe dimension,
as manufactured by Portable Pipe Hangers, Houston, TX, 800.797.6585, or
approved equal.
2.18 TERMINATION/PRESSURE BARS
A. Aluminum strip shall be extruded channel bar with a mill finish, height to be one
inch (1"), thickness to be 0.25" ± 0.1", leg height to be one-fourth inch (1/4") top
and bottom, leg angle to be ninety degrees (900), for perimeter and curb
anchorage, having predrilled holes six inches (6") on center.
BUILT-UP ROOFING 07511 - 11
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
2.19 ASPHALT ROOF PRIMER
A. Quick -dry asphalt -based primer for priming of asphalt roof surfaces,.
Applicable Federal Specification SS-A-701 B
ASTM D 41
Flash Point 1050 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
2.20 ALUMINUM ROOF COATING
A. Fibered aluminum roof coating containing three pounds (3#) per gallon of
aluminum paste pigment,
Applicable Federal Specification
TTC-498C
ASTM
D 2824 - 85, Type III
Flash Point (ASTM D 93)
1000 F (380 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
(-290 to +820 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
BUILT-UP ROOFING 07511 - 12
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
2.21 ASPHALT PLASTIC ROOF CEMENT
A. Trowel -applied mastic used to repair blisters, splits, and flanges on gravel stops,
stacks, vents, and similar applications,
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
2.22 FIBERGLASS COATED MEMBRANE
SS-C-153C, Type I
D 4586
1050 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. 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.
BUILT-UP ROOFING 07511 - 13
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
2.23 ASPHALT FLASHING CEMENT
A. Designed for laying -up cold process roof membrane flashings where fast -setting
adhesive is required,
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
2.24 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
-400 to +1800 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.
2.25 DELIVERY AND STORAGE
A. All materials shall be delivered with appropriate carton and can labels indicating
appropriate warnings, storage conditions, lot numbers, and usage instructions.
Materials damaged in shipping or storage shall not be used.
2.26 PRECAUTIONS
A. Some of the indicated materials are extremely flammable and/or toxic. Use
precautions indicated on can and carton labels.
2.27 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 07511 - 14
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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.
BUILT-UP ROOFING 07511 - 15
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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.
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. All substrate preparation shall be in accordance with Section 07591 Membrane
Reroofing Preparation.
3.04 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM)
REMOVAL
NOTE: Asbestos removal procedures are required (if asbestos is present) while
removal of ACM roof materials takes place. The following procedures are to be
followed as a minimum:
A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such
as axes, picks, shovels or mechanical equipment such as a "roof warrior" that uses
a reciprocating wedge to tear roofing materials. Breaking and/or slicing of material
is permitted. Sanding, grinding or abrading during handling is not permitted.
B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape.
C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee
demolition.
D. Ensure employees have received OSHA required training in asbestos removal and
health hazards associated with exposure to airborne asbestos fibers.
BUILT-UP ROOFING 07511 - 16
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
E. Roof will be sufficiently wetted down before removal to prevent dust, using
pump -up garden sprayer or water hose with spray nozzle.
F. Perform personal and area air monitoring for at least the first three (3) days of the
project in accordance with 29 CFR 1910.1001. Monitoring shall be done by either:
1) in-house certified abatement personnel; or 2) certified asbestos monitoring
personnel from a certified outside source.
G. Asbestos Warning signs and tape shall be posted in tear -off area.
H. Based on air monitoring results, the contractor MUST execute a Written Negative
Exposure Assessment Determination and keep on file at the project site along with
air monitoring results.
Use airtight chutes or mechanical means to lower ACM from the roof. The ACM
must be wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal
container must be enclosed.
Disposal: Can be disposed of as construction debris at any approved landfill.
3.05 NAILERS
A. All nailers shall be installed in accordance with Section 06105 Miscellaneous
Carpentry.
B. Wooden nailers shall be installed at gravel stops, drip edges, and expansion joints
on outside perimeter of building according to NRCA, Underwriters Laboratory and
IBC guidelines.
B. All Construction: Nailers shall be the same height as the new recovery board
being installed where required. Nailers shall be raised if necessary by anchoring
an additional nailer of appropriate height to the existing nailer if the existing nailer
is not to be replaced. Nailers shall be anchored to resist a pull-out force of one
hundred seventy-five pounds (175#) per foot. Fasteners shall be no less than two
(2) per nailer, and be spaced at three feet (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 INSULATION
A. Installation of roof insulation shall be in accordance with Section 07216 Roof and
Deck Insulation.
BUILT-UP ROOFING 07511 - 17
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
B. Manufacturer's Instructions: In regard to attachment, the manufacturer's
instructions or specifications shall determine the suitability for an application.
Installation must meet ASCE 7 criteria and meet local governing building codes-
C. Precautions: The surface of the insulation must not be ruptured due to overdriving
of fasteners.
D. Insulation shall be tapered or feathered at drains and scuppers to provide proper
drainage (if applicable).
E. No more insulation shall be installed than can be covered by the completed roof
system by the end of the day or the onset of inclement weather.
3.08 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.
D. Apply roofing felt by mechanically attaching felt layer or by rolling into hot bitumen
applied by machine or hand mopping. Shingle felt in, free of buckles and
fishmouths. Lay each ply so that flow of water is over or parallel to (but never
against) lap. End laps shall be 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.
BUILT-UP ROOFING 07511 - 18
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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.
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,
BUILT-UP ROOFING 07511 - 19
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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.
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.
BUILT-UP ROOFING 07511 - 20
BUILT-UP ROOFING MUNICIPAL HILL OPERATIONS FACILITIES
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.
3.16 EXPANSION JOINT DETAILS
A. Expansion joints at walls and field of the roof shall be curbed as outlined in
accordance with NRCA and SMACNA guidelines. The curbs will be flashed as
outlined above in Flashings and Curbs.
BUILT-UP ROOFING 07511 - 21
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
3.17 MEMBRANE PROTECTION
A. Where equipment pads, wood sleepers, or walkway slabs are to be installed over the
roofing membrane, an additional layer of the roofing membrane shall be installed
between the roofing membrane and the pad, sleeper, or slab. Due caution shall be
exercised to prevent roofing membrane damage during placement. Where required,
membrane shall be welded to field membrane to prevent slippage.
3.18 PIPING/CONDUIT
A. Piping/conduit shall be raised to NRCA recommended heights, and new Miro 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.
3.19 PIPE SUPPORTS
A. All existing pipe supports shall be removed and replaced. New blocking shall be
placed a maximum of ten feet (10') on center. New supports shall be installed in
accordance with roofing material manufacturer's recommended procedures.
3.20 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.
3.21 ROOF HATCH
A. Install hatch per manufacturer's guidelines. Install specified metal plaque on the
underside of each hatch lid.
3.22 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.
BUILT-UP ROOFING 07511 - 22
BUILT-UP ROOFING
MUNICIPAL HILL OPERATIONS FACILITIES
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.
3.23 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.
3.24 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.
3.25 ADJUSTING
A. Restore to original condition or replace work or materials damaged during handling
of roofing materials.
BUILT-UP ROOFING 07511 - 23
BUILT-UP ROOFING MUNICIPAL HILL OPERATIONS FACILITIES
3.26 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.
3.27 PROTECTION
A. Finished roof areas shall be protected from damage by the contractor during
construction.
END OF SECTION
BUILT-UP ROOFING 07511 - 24
MEMBRANE REROOFING PREPARATION MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 07591
MEMBRANE REROOFING PREPARATION
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. This Section includes the following-
1 . Roof tear -off.
1.03 MATERIALS OWNERSHIP
A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to
remain Owner's property, demolished materials shall become Contractor's property and
shall be removed from Project site.
1.04 DEFINITIONS
A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA
Roofing and Waterproofing Manual" for definition of terms related to roofing work in this
Section.
B. Existing Membrane Roofing System: PVC and SBS-modified bituminous roofing
membrane, surfacing, and components and accessories between deck and roofing
membrane.
C. Substrate Board: Rigid board or panel products placed over the roof deck that serve as
thermal barriers, provide a smooth substrate, or serve as a component of a fire -resistance -
rated roofing system.
D. Roof Tear -Off: Removal of existing membrane roofing system from deck.
E. Remove: Detach items from existing construction and legally dispose of them off -site
unless indicated to be removed and reinstalled.
F. Existing to Remain: Existing items of construction that are not indicated to be removed.
1.05 SUBMITTALS
A. Product Data: For each type of product indicated.
MEMBRANE REROOFING PREPARATION 07591 -1
MEMBRANE REROOFING PREPARATION MUNICIPAL HILL OPERATIONS FACILITIES
B. Temporary Roofing: Include Product Data and description of temporary roofing system. If
temporary roof will remain in place, submit surface preparation requirements needed to
receive permanent roof, and submit a letter from roofing membrane manufacturer stating
acceptance of the temporary membrane, and that its inclusion will not adversely affect the
roofing system's resistance to fire and wind.
C. Fastener pull-out test report.
D. Photographs or Videotape: Show existing conditions of adjoining construction and site
improvements, including exterior and interior finish surfaces, that might be misconstrued
as having been damaged by reroofing operations. Submit before Work begins.
E. Landfill Records: Indicate receipt and acceptance of hazardous wastes, such as
asbestos -containing material, by a landfill facility licensed to accept hazardous wastes.
1.06 QUALITY ASSURANCE
A. Installer Qualifications: Installer of new membrane roofing system licensed to perform
asbestos abatement in the State or jurisdiction where Project is located.
B. Regulatory Requirements: Comply with governing EPA notification regulations before
beginning membrane roofing removal. Comply with hauling and disposal regulations of
authorities having jurisdiction.
C. Preliminary Reroofing Conference: Conduct conference at Project site to comply with
requirements in Division 1 Section "Project Management and Coordination." Review
methods and procedures related to roofing system including, but not limited to, the
following:
1. Meet with Owner; Owner's representative; Owner's insurer if applicable; testing and
inspecting agency representative; roofing system manufacturer's representative;
deck Installer; roofing Installer including project manager, superintendent, and
foreman; and installers whose work interfaces with or affects reroofing including
installers of roof accessories and roof -mounted equipment.
2. Review methods and procedures related to reroofing preparation, including
membrane roofing system manufacturer's written instructions.
3. Review temporary protection requirements for existing roofing system that is to
remain, during and after installation.
4. Review roof drainage during each stage of reroofing and review roof drain plugging
and plug removal procedures.
5. Review and finalize construction schedule, and verify availability of materials,
Installer's personnel, equipment, and facilities needed to make progress and avoid
delays.
6. Review existing deck removal procedures and Owner notifications.
7. Review procedures to determine condition and acceptance of existing deck and base
flashing substrate for reuse.
8. Review structural loading limitations of deck during reroofing.
9. Review base flashings, special roofing details, drainage, penetrations, equipment
curbs, and condition of other construction that will affect reroofing.
10. Review HVAC shutdown and sealing of air intakes.
MEMBRANE REROOFING PREPARATION 07591 - 2
MEMBRANE REROOFING PREPARATION MUNICIPAL HILL OPERATIONS FACILITIES
11. Review shutdown of fire -suppression, -protection, and -alarm and -detection
systems.
12. Review procedures for asbestos removal or unexpected discovery of asbestos -
containing materials.
13. Review governing regulations and requirements for insurance and certificates if
applicable.
14. Review existing conditions that may require notification of Architect before
proceeding.
D. Reroofing Conference: Conduct conference at Project site to comply with requirements in
Division 1 Section "Project Management and Coordination." Review methods and
procedures related to roofing system including, but not limited to, the following:
1. Meet with Owner, Owner's representative, Owner's insurer if applicable, testing and
inspecting agency representative, roofing system manufacturer's representative,
deck Installer, roofing Installer including project manager, superintendent, foreman,
and installers whose work interfaces with or affects reroofing including installers of
roof accessories and roof -mounted equipment.
2. Review methods and procedures related to reroofing preparation, including
membrane roofing system manufacturer's written instructions.
3. Review temporary protection requirements for existing roofing system that is to
remain, during and after installation.
4. Review roof drainage during each stage of reroofing and review roof drain plugging
and plug removal procedures.
5. Review and finalize construction schedule, and verify availability of materials,
Installer's personnel, equipment, and facilities needed to make progress and avoid
delays.
6. Review existing deck removal procedures and Owner notifications.
7. Review procedures to determine condition and acceptance of existing deck for
reuse.
8. Review structural loading limitations of deck during reroofing.
9. Review base flashings, special roofing details, drainage, penetrations, equipment
curbs, and condition of other construction that will affect reroofing.
10. Review HVAC shutdown and sealing of air intakes.
11. Review shutdown of fire -suppression, -protection, and -alarm and -detection
systems.
12. Review procedures for asbestos removal or unexpected discovery of asbestos -
containing materials.
13. Review governing regulations and requirements for insurance and certificates if
applicable.
14. Review existing conditions that may require notification of Architect before
proceeding.
1.07 PROJECT CONDITIONS
A. Owner will occupy portions of building immediately below reroofing area. Conduct
reroofing so Owner's operations will not be disrupted. Provide Owner with not less than
48 hours notice of activities that may affect Owner's operations.
MEMBRANE REROOFING PREPARATION 07591 - 3
MEMBRANE REROOFING PREPARATION MUNICIPAL HILL OPERATIONS FACILITIES
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.
J. Hazardous Materials: Present in building to be reroofed. A report on the presence of
hazardous materials is on file for review and use. Examine report to become aware of
locations where hazardous materials are present.
1. Hazardous material remediation is specified elsewhere in the Contract Documents.
2. Do not disturb hazardous materials or items suspected of containing hazardous
materials except according to procedures specified elsewhere in the Contract
Documents.
3. Coordinate with hazardous material remediation Contractor to prevent water from
entering building or existing roofing system.
MEMBRANE REROOFING PREPARATION 07591 - 4
MEMBRANE REROOFING PREPARATION
MUNICIPAL HILL OPERATIONS FACILITIES
PART 2 - PRODUCTS
2.01 INFILL MATERIALS
A. Use infill materials matching existing membrane roofing system materials, unless
otherwise indicated.
2.02 AUXILIARY REROOFING MATERIALS
A. General: Auxiliary reroofing preparation materials recommended by roofing system
manufacturer for intended use and compatible with components of existing and new
membrane roofing system.
B. Base Sheet Fasteners: Capped head, factory -coated steel fasteners, listed in FMG's
"Approval Guide."
C. Metal Flashing Sheet: Metal flashing sheet is specified in Division 7 Section "Sheet Metal
Flashing and Trim."
PART 3 - EXECUTION
3.01 PREPARATION
A. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work.
Cover air intake louvers before proceeding with reroofing work that could affect indoor air
quality or activate smoke detectors in the ductwork.
B. During removal operations, have sufficient and suitable materials on -site to facilitate rapid
installation of temporary protection in the event of unexpected rain.
C. Maintain roof drains in functioning condition to ensure roof drainage at end of each
workday. Prevent debris from entering or blocking roof drains and conductors. Use roof -
drain plugs specifically designed for this purpose. Remove roof -drain plugs at end of each
workday, when no work is taking place, or when rain is forecast.
1. If roof drains will be temporarily blocked or unserviceable due to roofing system
removal or partial installation of new membrane roofing system, provide alternative
drainage method to remove water and eliminate ponding. Do not permit water to
enter into or under existing membrane roofing system components that are to
remain.
D. Verify that rooftop utilities and service piping have been shut off before commencing Work.
3.02 ROOF TEAR -OFF
A. General: Notify Owner each day of extent of roof tear -off proposed.
F. Roof Tear -Off: Remove existing roofing membrane and other membrane roofing system
components down to the deck.
MEMBRANE REROOFING PREPARATION 07591 - 5
MEMBRANE REROOFING PREPARATION MUNICIPAL HILL OPERATIONS FACILITIES
1. Remove roof insulation.
2. Bitumen and felts that are firmly bonded to concrete decks are permitted to remain if
felts are dry. Remove unadhered bitumen and felts and wet felts.
3. Remove excess asphalt from steel deck. A maximum of 15 Ib/100 sq. ft. (0.72 kg/sq.
m) of asphalt is permitted to remain on steel decks.
4. Remove fasteners from deck or cut fasteners off slightly above deck surface.
3.03 DECK PREPARATION
A. Inspect deck after tear -off of membrane roofing system.
B. If broken or loose fasteners that secure deck panels to one another or to structure are
observed, or if deck appears or feels inadequately attached, immediately notify Architect.
Do not proceed with installation until directed by Architect.
C. If deck surface is not suitable for receiving new roofing, or if structural integrity of deck is
suspect, immediately notify Architect. Do not proceed with installation until directed by
Architect.
D. Provide additional deck securement as indicated on Drawings.
E. Replace deck as indicated on Drawings.
3.04 CATEGORY II (NON -FRIABLE) ASBESTOS CONTAINING MATERIALS (ACM) REMOVAL
NOTE: Asbestos removal procedures are required (if asbestos is present) while removal of ACM
roof materials takes place. The following procedures are to be followed as a minimum:
A. Roofing contractors who perform asbestos roof tear -off shall use hand tools such as axes,
picks, shovels or mechanical equipment such as a "roof warrior" that uses a reciprocating
wedge to tear roofing materials. Breaking and/or slicing of material is permitted. Sanding,
grinding or abrading during handling is not permitted.
B. Wrap all rooftop ducts, vents or exhaust openings with 6 mil poly and tape.
C. Provide an Asbestos Hazard Control Supervisor (competent person) to oversee demolition.
D. Ensure employees have received OSHA required training in asbestos removal and health
hazards associated with exposure to airborne asbestos fibers.
E. Roof will be sufficiently wetted down before removal to prevent dust, using pump -up garden
sprayer or water hose with spray nozzle.
F. Perform personal and area air monitoring for at least the first three (3) days of the project in
accordance with 29 CFR 1910.1001. Monitoring shall be done by either: 1) in-house
certified abatement personnel; or 2) certified asbestos monitoring personnel from a certified
outside source.
G. Asbestos Warning signs and tape shall be posted in tear -off area.
MEMBRANE REROOFING PREPARATION 07591 - 6
MEMBRANE REROOFING PREPARATION MUNICIPAL HILL OPERATIONS FACILITIES
H. Based on air monitoring results, the contractor MUST execute a Written Negative Exposure
Assessment Determination and keep on file at the project site along with air monitoring
results.
Use airtight chutes or mechanical means to lower ACM from the roof. The ACM must be
wrapped in poly and removed daily. If ACM is NOT wrapped, the disposal container must
be enclosed.
Disposal: Can be disposed of as construction debris at any approved landfill.
3.05 INFILL MATERIALS INSTALLATION
A. Immediately after removal of selected portions of existing membrane roofing system, and
inspection and repair, if needed, of deck, fill in the tear -off areas to match existing
membrane roofing system construction.
1. Installation of infill materials is specified in Division 7 Section.
2. Install new roofing membrane patch over roof infill area. If new roofing membrane is
installed the same day tear -off is made, roofing membrane patch is not required.
3.06 EXISTING BASE FLASHINGS
A. Remove existing base flashings around parapets, curbs, walls, and penetrations.
1. Clean substrates of contaminants such as asphalt, sheet materials, dirt, and debris-
B. Inspect parapet sheathing for deterioration and damage. If parapet sheathing has
deteriorated, immediately notify Architect.
3.07 FASTENER PULL-OUT TESTING
A. Perform fastener pull-out tests according to SPRI FX-1, and submit test report to Architect
before installing new membrane roofing system.
1. Obtain Architect's approval to proceed with specified fastening pattern. Architect
may furnish revised fastening pattern commensurate with pull-out test results.
3.08 DISPOSAL
A. Collect and place demolished materials in containers. Promptly dispose of demolished
materials. Do not allow demolished materials to accumulate on -site.
1. Storage or sale of demolished items or materials on -site will not be permitted.
B. Transport demolished materials off Owner's property and legally dispose of them.
END OF SECTION 07591
MEMBRANE REROOFING PREPARATION 07591 - 7
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 07620
SHEET METAL AND MISCELLANEOUS ACCESSORIES
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Provide flashing and sheet metal components for moisture protection.
2. Related accessories.
1.02 QUALITY ASSURANCE
A. Comply with governing local, state, and federal regulations, safety standards, and codes.
Provide products of acceptable manufacturers in satisfactory use in similar service for
five (5) years. Use experienced installers. Deliver, handle and store materials in
accordance with manufacturer's instructions.
B. Reference Standards: Applicable portions of ASCE, SMACNA, ASTM and NAAMM
publications.
1.03 WARRANTIES
A. Manufacturer's Product Warranty: Submit manufacturer's standard limited product warranty
signed by the manufacturer's authorized official, guaranteeing to correct failures in product
which may occur during the warranty period, without reducing or otherwise limiting any other
rights to correction which the Owner/Project Consultant may have under the contract
documents. Failure is defined to include product failure which leads to interruption of a
watertight installation. Correction may include repair or replacement of failed product.
B. Contractor's Warranty Period: For roofing flashing and sheet metal, provide a written
warranty which shall warrant work to be free of leaks and defects in materials and
workmanship for two (2) years, starting from date of substantial completion.
C. Defects of the sheet metal occurring during the warranty period shall be promptly corrected
by the contractor, and defects of the roofing shall be promptly corrected by the manufacturer
at no additional cost to the Owner. Upon notification from the Owner or the Owner's
representative that evidence of a defect exists, the responsible party shall immediately
inform the Owner's representative of the date on which corrective work will be scheduled,
and shall notify the Owner's representative when the corrective work has been completed.
PART 2 - PRODUCTS
2.01 SHEET METAL MATERIAL
A. Hot -dipped Galvanized Steel for use as counterflashings (where not visible from the
ground), pitch pans and expansion joints: Minimum 24-gauge, G-90, hot -dipped galvanized
metal, commercial quality, ASTM A 525.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 1
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
B. Hot -dipped Galvanized Steel for use as continuous clips: Minimum 22-gauge, G-90,
hot -dipped galvanized metal, commercial quality, ASTM A 525.
C. Prefinished Galvanized Sheet Steel (where visible from the ground): Shall be 24-gauge flat
stock, prefinished with Kynar finish meeting ASTM A 446, forty-five and one-half inches to
forty-eight inches width by one hundred twenty inches in length (45-1/2" - 48" x 120") for use
as new metal edge gravel guard, cover plates, downspouts, gutters, coping and
miscellaneous metal. Standard color to be selected by Owner/Project Consultant.
D. Sheet Lead: QQ-L-201, Grade B.
E. All existing sheet metal shall be replaced with new metal of like gauge and type, or as
specified on drawings.
2.02 FASTENERS
A. Fasteners shall be same metal as flashing/sheet metal, or other non -corrosive metal as
recommended by sheet manufacturer for the specific application. Match finish of exposed
heads with material being fastened.
B. Fasteners and fastening plates or bars shall be listed in the FM Global Approval Guide.
C. Fastener for Brick: Shall be one-fourth inch by two inches (1/4" x 2"), zinc with plated steel
or stainless steel nail, one piece unit, flat head.
D. Screws: Self -taping sheet metal type with neoprene washer, as appropriate.
E. Pop Rivets: Full stainless steel Series 42 or 44, as appropriate.
F. Continuous Clip: Concealed hold-down clip type; of same materials as coping, gravel guard,
sized to suit application. Use a continuous clip, minimum 22-gauge G-90 galvanized.
2.03 RELATED MATERIAL
A. Bituminous Paint: Acid and alkali resistant, black color.
B. Plastic Cement: FS SS-C-153, cutback asphalt type.
C. Solder: QQ-S-571 composition best suited for purpose; use high tin content, minimum
60/40, for stainless steel and monel alloy.
D. Copper, Sheet, and Strip: QQ-C-576, ASTM B 370, light cold -rolled temper.
E. Lead -coated Copper: ASTM B 101, Type I or 11, Class A.
F. Sealant (for Sheet Metal): One -component polyurethane, conforming to requirements of FS
TT-S-230C, non -staining and non -bleeding.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 2
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
G. Miscellaneous Materials:
1. Downspout Boots: Cast iron by Neenah Foundry Company, or pre -approved equal,
provide and install.
2. Splash Blocks: Concrete, 3000 psi, 28 days. Provide and install with protection
pads at all downspouts.
3. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar
accessory units as required for installation of work, matching or compatible with
material being installed, non -corrosive, size, and gauge required for performance.
PART 3 - EXECUTION
3.01 INSPECTION
A. Verify roof openings, curbs, pipes, sleeves, ducts or vents through roof are solidly set, cant
strips and reglets in place, substrates are smooth and clean and nailing strips located.
B. Verify membrane termination and base flashings are in place, sealed and secure.
C. Beginning of installation means acceptance of conditions.
3.02 PREPARATION
A. Field measure site conditions prior to fabricating work. Provide all shop drawings and
mock-ups one month prior to installation to the Owner/Project Consultant for approval.
B. Install starter and edge strips and cleats before starting installation.
3.03 FABRICATION - GENERAL
A. Shop -fabricate work to greatest extent possible. Comply with details shown, and with
applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other
recognized industry practices. Fabricate for waterproof and weather -resistant performance;
with expansion provisions for running work, sufficient to permanently prevent leakage,
damage or deterioration of the work. Form work to fit substrates. Comply with material
manufacturer's instructions and recommendations. Form exposed sheet metal work without
excessive oil -canning, buckling, and tool marks, true to line and levels as indicated, with
exposed edges folded back to form hems.
B. Fabricate gravel stops/fascia, gutters/downspouts, counterflashings, pitch pans, expansion
joints, and copings with new galvanized sheet metal as specified. Fabricate gravel guard
and fascia to size and dimensions as indicated on the drawings. Fabricate light metal
coping, gutters and downspouts as indicated.
C. Form sheet metal on bending brake.
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).
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 3
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
G. Weld or solder joints on parts that are to be permanently and rigidly assembled.
H. Submit sheet metal models for approval by the Owner/Project Consultant.
Limit single -piece lengths to ten feet (10').
Fabricate corner pieces with eighteen inch (18") extensions, metered and sealed by forming
as one piece.
K. Surface sand flange prior to applying any primers on Kynar metal.
L. Backpaint flashing in contact with masonry or dissimilar materials with bituminous paint.
M. Install new metal rooftop projections. New rooftop projection details shall be as
recommended in NRCA or SMACNA handbooks. All rooftop projections shall be cleaned, all
joints sealed, and painted with a rust inhibitive paint. Standard color to be selected by the
Owner/Project Consultant.
N. All sheet metal shall be sealed and watertight.
O. Metal work should be secured so as to prevent damage from buckling or wind. Where clips
are shown, these are to be continuous.
P. All metal to receive bitumen or adhesive shall be first primed with asphalt primer.
Q. All prefinished metal shall be sanded and/or abraded prior to receiving primer.
R. Seams: Fabricate non-moving seams in sheet metal with flat -lock seams. For metal other
than aluminum, tin edges are to be seamed, form seams, and soldered.
S. Expansion Provisions: Form expansion joints of intermeshing hooked flanges, not less than
one inch (1 ") deep, filled with mastic sealant (concealed within joints).
T. Sealant Joints: Where movable, non -expansion type joints are indicated or required for
proper performance of work, form metal to provide for proper installation of elastomeric
sealant, in compliance with industry standards.
U. Separations: Provide for separation of metal from non -compatible metal or corrosive
substrates by coating concealed surfaces at locations of contact, with bituminous coating or
other permanent separation as recommended by manufacturer/fabricator.
V. Bed flanges of work in a thick coat of bituminous roofing cement where required for
waterproof performance.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 4
SHEET METAL AND MISCELLANEOUS ACC.
MUNICIPAL HILL OPERATIONS FACILITIES
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 7" 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. Install new metal coping as required for a permanent watertight installation.
2. All coping shall be manufactured with low profile standing seam metal.
3. Shall be minimum 24-gauge prefinished Kynar installed in ten foot (10') sections
maximum.
4. Vertical fascia shall extend minimum two and one-half inches (2-1/2") or be minimum
one and one-half inches (1-1/2") below bottom of nailer, whichever is greater.
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.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 5
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
D. Expansion Joint Field and at Wall:
1. Shall be as outlined by details, and be in full compliance with all provisions of
SMACNA and FM Global requirements for attachment, installation and
recommendations.
2. Secure metal flashings per specifications.
3. Lock seams and end joints.
4. Form sections identical to profiles as shown or approved similar, to match existing
building.
5. Fabricate corner pieces with minimum eighteen inch (18"), maximum forty-eight
inch (48") extensions, formed and sealed with rivets and sealant, as one piece.
6. Hem exposed edges three -fourths inch (3/4") minimum.
7. Backpaint flashing in contact with masonry or dissimilar materials with bituminous
paint. Surface sand before applying primers.
8. Integrate flashing in a manner consistent with detailing.
9. Provide and install continuous clip around perimeter.
10. Shall be fabricated in accordance with all SMACNA provisions.
E. Counterflashing:
1. Install new metal counterflashing as required for a permanent watertight installation.
counterflashing as required for a permanent watertight installation.
2. Saw cut brick mortar joint to receive friction fit reglet and removable counterflashing
as detailed in SMACNA Figure 4-3E.
F. Gutter and Downspout:
1. Fabrication:
a) Fabricate gutter and downspout of profile and size indicated.
b) Field measure site conditions prior to fabricating work.
c) Fabricate with required connection pieces.
d) Fabricate section square, true, and accurate in size, in maximum possible
lengths and free of distortion or defects detrimental to appearance or
performance.
e) Hem exposed edges of metal.
f) Form and seal all metal joints; provide for expansion joints per SMACNA.
2. Installation:
a) Install collector head, downspout, and accessories.
b) Join lengths with seams pop riveted and sealed watertight. Flash and seal
collector head to downspouts and accessories.
c) Seal all metal joints watertight for full metal surface contact.
d) Collector Head: SMACNA style profile; submit detail for approval.
e) Downspouts: Rectangular profile. Seal all joints, four inches by six
inches (4" x 6").
f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts.
g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator.
h) Collector Head Support - Kynar: Color and Finish to match, as recommended by
SMACNA.
i) Downspout Supports - Straps, Kynar: Color and Finish to match.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 6
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
G. Overflow Scupper, Collector Head and Downspout:
1. Fabrication:
a) Fabricate overflow scupper, collector head and downspout of profile and size
indicated, taking care that the roof drain leader fits properly into the back of the
collector head. Seal the pipe to the collector head for watertightness.
b) Field measure site conditions prior to fabricating work.
c) Fabricate with required connection pieces.
d) Fabricate section square, true, and accurate in size, in maximum possible
lengths and free of distortion or defects detrimental to appearance or
performance.
e) Hem exposed edges of metal.
f) Form and seal all metal joints; provide for expansion joints per SMACNA.
2. Installation:
a) Install collector head, downspout, and accessories.
b) Join lengths with seams pop riveted and sealed watertight. Flash and seal
collector head to downspouts and accessories.
c) Seal all metal joints watertight for full metal surface contact.
d) Collector Head: SMACNA style profile; submit detail for approval.
e) Downspouts: Rectangular profile. Seal all joints, four inches by six
inches (4" x 6").
f) Support Brackets, Joint Fasteners: Profiled to suit gutters and downspouts.
g) Anchorage Devices: SMACNA requirements. Type recommended by fabricator.
h) Collector Head Support - Kynar: Color and Finish to match, as recommended by
SMACNA.
i) Downspout Supports - Straps, Kynar: Color and Finish to match.
H. Pitch Pans:
1. Install pitch pans of 24-gauge galvanized steel according to NRCA standards,
minimum of six inches by six inches (6" x 6").
2. Pitch pans shall be fabricated to minimum of four inches (4") above the finished roof
membrane. Seams of pitch pans shall be soldered.
Mastic shall be applied under pitch pan flange a minimum of one-half pound (1/2#)
per linear foot.
4. All metal flanges shall be primed with asphalt primer prior to flashing installation.
Inside of pitch pan shall be cleaned and primed as required by pitch pan sealant
manufacturer.
5. All projections enclosed in pitch pans shall be cleaned in any manner suitable and
coated with a rust inhibitive coating as approved by the Owner/Project Consultant.
Coating shall be allowed to dry prior to pitch pan fill.
6. Base of pitch pans shall be filled with grout or cementitious binder to proper height
and allowed to cure.
7. Top finish fill shall be self -leveling, one -part urethane, with maximum fill to within
three -eighths inch (3/8") of top of pitch pan sides.
8. Strip metal flange of pitch pan with one strip of Type IV fiberglass felt set in hot
bitumen extending from the outer edge of the flange a minimum of three inches (3")
inward to base of pitch pan.
9. Strip in fiberglass felt with 60 mil coal -tar elastomeric membrane (CTEM) flashing set
in hot asphalt extending from the outer edge of the Type IV fiberglass underlayment
a minimum of three inches (3") inward to the base of the pitch pan.
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 7
SHEET METAL AND MISCELLANEOUS ACC. MUNICIPAL HILL OPERATIONS FACILITIES
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 07600
SHEET METAL AND MISCELLANEOUS ACCESSORIES 07620 - 8
ROOF ACCESSORIES
MUNICIPAL HILL OPERATIONS FACILITIES
PART 1 — GENERAL
1.01 RELATED DOCUMENTS
SECTION 07720
ROOF ACCESSORIES
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. This Section includes the following:
1. Roof curbs
2. Equipment supports
1.03 SUBMITTALS
A. Product Data: For each type of roof accessory indicated. Include construction details,
material descriptions, dimensions of individual components and profiles, and finishes.
B. Shop Drawings: Show fabrication and installation details for roof accessories. Show
layouts of roof accessories including plans and elevations. Indicate dimensions, weights,
loadings, required clearances, method of field assembly, and components. Include plans,
elevations, sections, details, and attachments to other work.
C. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and
roof -mounted items. Show the following:
1. Size and location of roof accessories specified in this Section.
2. Method of attaching roof accessories to roof or building structure.
3. Other roof -mounted items including mechanical and electrical equipment, ductwork,
piping, and conduit.
D. Samples: For each type of exposed factory -applied finish required and for each type of
roof accessory indicated, prepared on Samples of size to adequately show color.
E. Warranty: Special warranty specified in this Section.
1.04 QUALITY ASSURANCE
A. Sheet Metal Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" details
for fabrication of units, including flanges and cap flashing to coordinate with type of roofing
indicated.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Pack, handle, and ship roof accessories properly labeled in heavy-duty packaging to
prevent damage.
ROOF ACCESSORIES 07720 - 1
ROOF ACCESSORIES MUNICIPAL HILL OPERATIONS FACILITIES
1.06 PROJECT CONDITIONS
A. Field Measurements: Verify required openings for each type of roof accessory by field
measurements before fabrication and indicate measurements on Shop Drawings.
1.07 COORDINATION
A. Coordinate layout and installation of roof accessories with roofing membrane and base
flashing and interfacing and adjoining construction to provide a leakproof, weathertight,
secure, and noncorrosive installation.
1. With Architect's approval, adjust location of roof accessories that would interrupt
roof drainage routes and roof expansion joints.
1.08 WARRANTY
A. The product manufacturer shall provide a one-year full system material warranty
necessary to cover replacement of all components of the system against defects in
manufacturing. The warranty will not include Acts of God, vandalism, neglect, metal finish
or improper spacing of equipment, which would be a result of improper application.
PART 2 — PRODUCTS
2.01 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to,
manufacturers listed in other Part 2 articles.
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers listed in other Part 2 articles.
2.02 METAL MATERIALS
A. Galvanized Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coated.
B. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, AZ50 (AZM150) coated.
C. Prepainted, Metallic -Coated Steel Sheet: Steel sheet metallic coated by hot -dip process
and prepainted by coil -coating process to comply with ASTM A 755/A 755M.
1. Galvanized Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coated.
2. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50
(Class AZM150) coated.
3. Exposed Finishes: High -Performance Organic Finish (2-Coat Fluoropolymer):
Prepare, pretreat, and apply coating to exposed metal surfaces to comply with
coating and resin manufacturer's written instructions.
a) Fluoropolymer 2-Coat System: Manufacturer's standard 2-coat, thermocured
system consisting of specially formulated inhibitive primer and fluoropolymer
color topcoat containing not less than 70 percent polyvinylidene fluoride resin by
weight; complying with physical properties and coating performance
requirements in AAMA 2604, except as modified below:
ROOF ACCESSORIES 07720 - 2
ROOF ACCESSORIES
MUNICIPAL HILL OPERATIONS FACILITIES
(1) Humidity Resistance: 1000 hours.
(2) Salt -Spray Resistance: 1000 hours.
2.03 EQUIPMENT SUPPORTS
A. To support HVAC Duct use Model # SS2000D Duct Support. SS2000D is two 17" circular
bases with 12 ga. framing channel formed to make an "H" shaped support. Framing
channel is adjustable in both height and width.
1. Manufacturers:
a). Advanced Support Products, Inc.
B. To support heavier HVAC equipment use equipment platform Model # HV0505B Base
Platform designed by manufacturer to support the weight of the equipment and load
requirements. Equipment platform shall consist of (a) 17" circular bases supporting a
structural steel frame OR (b) galvanized steel plates, with four holes for approved
anchoring per engineering data, supporting a structural steel frame.
1. Manufacturers:
a). Advanced Support Products, Inc.
2.04 ROOF SUPPORTS
A. To support conduit or pipe sized up to 08" when height adjustment is needed use Model #
SS1000A Adjustable Pipe Support. 17" circular base with 12 ga. framing channel, 18"L,
attached to 17" circular base using'/2' threaded rods, 12"L, with washers and nuts. Height
of channel can be adjusted along the length of the '/2" threaded rods. Strut clamps are
suggested to hold piping or conduit in place.
1. Manufacturers:
a) Advanced Support Products, Inc.
B. To support water or gas piping up to 08" or when a roller support with height adjustment is
needed use Model # SS1000RA Pipe Support with Adjustable Roller. 17" circular base
with SBR heavy duty rubber roller assembly attached to 17" circular base using '/2'
threaded rods, 12"L, with washers and nuts. Height of roller assembly can be adjusted
along the length of the'/2' threaded rods.
1. Manufacturers:
a) Advanced Support Products, Inc.
C. To support multiple pipe runs, piping up to 012" when height adjustment or pipe
suspension is needed use Model # SS4000P, SS6000P or SS8000P Adjustable Support
Bridge. SS4000P Adjustable Suport Bridge is made of four (4) 17" circular bases and
12ga. framing channel formed to make one "H" shaped support with crossbar. SS6000P
Adjustable Suport Bridge is made of six (6) 17" circular bases and 12ga. framing channel
formed to make two "H" shaped supports with crossbar. SS8000P Adjustable Suport
Bridge is made of eight (8) 17" circular bases and 12ga. framing channel formed to make
three "H" shaped supports with crossbar. Crossbar height is adjustable and offered in
18", 24", 36", and 48" lengths. Use Adjustable Support Bridge with strut clamps or roller
accessories or use optional hanger supports to suspend water or gas piping at various
heights. Optional hanger supports attached to support frame using '/2' threaded rods.
Hangers offer complete height adjustments along the length of %' threaded rods.
ROOF ACCESSORIES 07720 - 3
ROOF ACCESSORIES
MUNICIPAL HILL OPERATIONS FACILITIES
Manufacturers:
a) Advanced Support Products, Inc.
PART 3 — EXECUTION
3.01 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations,
dimensions, and other conditions affecting performance of work.
1. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely
anchored and is ready to receive roof accessories.
2. Verify dimensions of roof openings for roof accessories.
3. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. General: Install roof accessories according to manufacturer's written instructions. Anchor
roof accessories securely in place and capable of resisting forces specified. Use
fasteners, separators, sealants, and other miscellaneous items as required for completing
roof accessory installation. Install roof accessories to resist exposure to weather without
failing, rattling, leaking, and fastener disengagement.
B. Install roof accessories to fit substrates and to result in watertight performance.
C. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates,
protect against galvanic action by painting contact surfaces with bituminous coating or by
other permanent separation as recommended by manufacturer.
1. Coat concealed side of uncoated aluminum roof accessories with bituminous coating
where in contact with wood, ferrous metal, or cementitious construction.
2. Underlayment: Where installing exposed -to -view components of roof accessories
directly on cementitious or wood substrates, install a course of felt underlayment and
cover with a slip sheet, or install a course of polyethylene underlayment.
3. Bed flanges in thick coat of asphalt roofing cement where required by roof accessory
manufacturers for waterproof performance.
D. Install roof accessories level, plumb, true to line and elevation, and without warping, jogs
in alignment, excessive oil canning, buckling, or tool marks.
E. Equipment Support Installation:
1. Install support systems in accordance with manufacturer's instructions and approved
shop drawings.
2. Accurately locate and align pre -fabricated pipe supports in locations specified as per
approved shop drawings or as required herein and by site conditions to limit pipe
and/or conduit deflection to L/240, not to exceed 10' (3m) on center. No Isolation
pads are required under the 17" circular bases.
3. Should the roofing manufacturer require a separation sheet between the roof and the
support system, place a separation sheet or protective pad conforming to the existing
roof manufacturer's system under 17" circular bases. Do not adhere to the roof
system or 17" circular bases.
ROOF ACCESSORIES 07720 - 4
ROOF ACCESSORIES
MUNICIPAL HILL OPERATIONS FACILITIES
4. If required, insert frame structures into 17" circular bases as indicated by
manufacturer's instructions.
5. Adjust height of each strut or channel and hanger or roller to its required height and
tighten with nut, but do not over -tighten. Check each support for equal weight
disbursement. Correct if necessary.
6. Remove any unused materials and packaging from job site.
3.03 TOUCH UP
A. Touch up factory -primed surfaces with compatible primer ready for field painting in
accordance with Division 9 painting Sections.
B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and
repair galvanizing to comply with ASTM A 780.
3.04 CLEANING
A. Clean exposed surfaces according to manufacturer's written instructions.
END OF SECTION 07720
ROOF ACCESSORIES 07720 - 5
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
PART 1 — GENERAL
1.01 RELATED DOCUMENTS
SECTION 07920
JOINT SEALANTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. This Section includes joint sealants for the following applications:
1. Exterior joints in the following vertical surfaces and horizontal non -traffic surfaces:
a) Joints between plant -precast architectural concrete units.
b) Joints between different materials listed above.
c) Perimeter joints between materials listed above and frames of doors, windows
and louvers.
d) Joints between glass to metal, metal to metal and metal to stone conditions.
1.03 PERFORMANCE REQUIREMENTS
A. Provide elastomeric joint sealants that establish and maintain watertight and airtight
continuous joint seals without staining or deteriorating joint substrates.
B. Provide joint sealants for interior applications that establish and maintain airtight and
water-resistant continuous joint seals without staining or deteriorating joint substrates.
1.04 SUBMITTALS
A. Product Data: For each joint -sealant product indicated.
B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured
sealants showing the full range of colors available for each product exposed to view.
C. Samples for Verification: For each type and color of joint sealant required, provide
Samples with joint sealants in one-half inch (1/2") wide joints formed between two (2) six
inch (6") long strips of material matching the appearance of exposed surfaces adjacent to
joint sealants.
D. Preconstruction Field Test Reports: Indicate which sealants and joint preparation methods
resulted in optimum adhesion to joint substrates based on preconstruction testing
specified in "Quality Assurance" Article.
E. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the
following:
1. Materials forming joint substrates and joint -sealant backings have been tested for
compatibility and adhesion with joint sealants.
JOINT SEALANTS 07920 - 1
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
2. Interpretation of test results and written recommendations for primers and substrate
preparation needed for adhesion.
F. Field Test Report Log: For each elastomeric sealant application.
G. Product Test Reports: Based on comprehensive testing of product formulations performed
by a qualified testing agency, indicating that sealants comply with requirements.
H. Warranties: Special warranties specified in this Section.
1.05 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for
installation of elastomeric sealants required for this Project.
B. Source Limitations: Obtain each type of joint sealant through one source from a single
manufacturer.
C. Preconstruction Compatibility and Adhesion Testing: Submit to joint -sealant
manufacturers, for testing indicated below, samples of materials that will contact or affect
joint sealants.
1. Use manufacturer's standard test method to determine whether priming and other
specific joint preparation techniques are required to obtain rapid, optimum adhesion
of joint sealants to joint substrates.
2. Submit not fewer than four (4) pieces of each type of material, including joint
substrates, shims, joint -sealant backings, secondary seals, and miscellaneous
materials.
3. Schedule sufficient time for testing and analyzing results to prevent delaying the
Work.
4. For materials failing tests, obtain joint -sealant manufacturer's written instructions for
corrective measures including use of specially formulated primers.
5. Testing will not be required if joint -sealant manufacturers submit joint preparation
data that are based on previous testing of current sealant products for adhesion to,
and compatibility with, joint substrates and other materials matching those
submitted.
D. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals"
Article from a qualified testing agency based on testing current sealant formulations within
a 36-month period preceding the Notice to Proceed the Work.
1. Testing Agency Qualifications: An independent testing agency qualified according to
ASTM C 1021 to conduct the testing indicated, as documented according to
ASTM E 548.
2. Test elastomeric joint sealants for compliance with requirements specified by
reference to ASTM C 920, and where applicable, to other standard test methods.
3. Test elastomeric joint sealants according to SWRI's Sealant Validation Program for
compliance with requirements specified by reference to ASTM C 920 for adhesion
and cohesion under cyclic movement, adhesion -in -peel, and indentation hardness.
4. Test other joint sealants for compliance with requirements indicated by referencing
standard specifications and test methods.
JOINT SEALANTS 07920 - 2
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
E. Preconstruction Field -Adhesion Testing: Before installing elastomeric sealants, field test
their adhesion to Project joint substrates as follows:
1. Locate test joints where indicated on Project or, if not indicated, as directed by
Architect.
2. Conduct field tests for each application indicated below:
Each type of elastomeric sealant and joint substrate indicated.
Each type of nonelastomeric sealant and joint substrate indicated.
3. Notify Architect seven days in advance of dates and times when test joints will be
erected.
4. Arrange for tests to take place with joint -sealant manufacturer's technical
representative present.
a) Test Method: Test joint sealants according to Method A, Field -Applied Sealant
Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193.
i For joints with dissimilar substrates, verify adhesion to each substrate
separately; extend cut along one side, verifying adhesion to opposite side.
Repeat procedure for opposite side.
5. Report whether sealant in joint connected to pulled -out portion failed to adhere to
joint substrates or tore cohesively. Include data on pull distance used to test each
type of product and joint substrate. For sealants that fail adhesively, retest until
satisfactory adhesion is obtained.
6. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing
adhesive failure from testing, in absence of other indications of noncompliance with
requirements, will be considered satisfactory. Do not use sealants that fail to adhere
to joint substrates during testing.
F. Mockups: Build mockups incorporating sealant joints, as follows, to verify selections made
under sample submittals and to demonstrate aesthetic effects and set quality standards
for materials and execution:
1. Joints in mockups of assemblies specified in other Sections that are indicated to
receive elastomeric joint sealants, which are specified by reference to this Section.
G. Preinstallation Conference: Conduct conference at Project site.
1.06 PROJECT CONDITIONS
A. Do not proceed with installation of joint sealants under the following conditions:
1. When ambient and substrate temperature conditions are outside limits permitted by
joint -sealant manufacturer or are below 40 deg F.
2. When joint substrates are wet.
3. Where joint widths are less than those allowed by joint -sealant manufacturer for
applications indicated.
4. Contaminants capable of interfering with adhesion have not yet been removed from
joint substrates.
1.07 WARRANTY
A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or
replace elastomeric joint sealants that do not comply with performance and other
requirements specified in this Section within specified warranty period.
Warranty Period: Five (5) years from date of Substantial Completion.
JOINT SEALANTS 07920 - 3
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
B. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric
sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those
that do not comply with performance and other requirements specified in this Section
within specified warranty period.
1. Warranty Period: Five (5) years from date of Substantial Completion.
C. Special warranties specified in this Article exclude deterioration or failure of elastomeric
joint sealants from the following:
1. Movement of the structure resulting in stresses on the sealant exceeding sealant
manufacturer's written specifications for sealant elongation and compression caused
by structural settlement or errors attributable to design or construction.
2. Disintegration of joint substrates from natural causes exceeding design
specifications.
4. Mechanical damage caused by individuals, tools, or other outside agents.
5. Changes in sealant appearance caused by accumulation of dirt or other atmospheric
contaminants.
PART 2 — PRODUCTS
2.01 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in other Part 2
articles.
B. Products: Subject to compliance with requirements, provide one of the products listed in
other Part 2 articles.
2.02 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, backings, and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by sealant manufacturer, based on testing and field
experience.
B. VOC Content of Interior Sealants: Provide interior sealants and sealant primers that
comply with the following limits for VOC content when calculated according to 40 CFR 59,
Subpart D (EPA Method 24):
1. Sealants: 250 g/L.
2. Sealant Primers for Nonporous Substrates: 250 g/L.
3. Sealant Primers for Porous Substrates: 775 g/L.
C. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range.
JOINT SEALANTS 07920 - 4
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
2.03 ELASTOMERIC JOINT SEALANTS
A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for
each liquid -applied chemically curing sealant specified, including those referencing
ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint
substrates.
B. Stain -Test -Response Characteristics: Where elastomeric sealants are specified to be
nonstaining to porous substrates, provide products that have undergone testing according
to ASTM C 1248 and have not stained porous joint substrates indicated for Project.
C. Single -Component Neutral- and Basic -Curing Silicone Sealant:
1. Available Products:
a) GE Silicones; SilPruf.
b) Dow Corning Corporation; 795
2. Type and Grade: S (single component) and NS (nonsag).
3. Class: 100/50.
4. Use Related to Exposure: NT (nontraffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, O.
a) Use O Joint Substrates: Coated glass, color anodic aluminum, and substrates.
6. Stain -Test -Response Characteristics: Nonstaining to porous substrates per
ASTM C 1248.
D. Multi -component Nonsag Urethane Sealant:
1. Available Products:
a) Sonneborn, Division of ChemRex Inc.; NP 2.
2. Type and Grade: M (multi -component) and NS (nonsag).
3. Class: 25.
4. Uses Related to Exposure: NT (nontraffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, O.
a) Use O Joint Substrates: granite and limestone substrates.
2.04 PREFORMED JOINT SEALANTS
A. Preformed Silicone -Sealant System: Manufacturer's standard system consisting of
precured low -modulus silicone extrusion, in sizes to fit joint widths indicated, combined
with a neutral -curing silicone sealant for bonding extrusions to substrates.
1. Available Products:
a) Dow Corning Corporation; 123 Silicone Seal.
b) GE Silicones; UltraSpan US1100.
2.05 JOINT -SEALANT BACKING
A. General: Provide sealant backings of material and type that are nonstaining; are
compatible with joint substrates, sealants, primers, and other joint fillers; and are approved
for applications indicated by sealant manufacturer based on field experience and
laboratory testing.
JOINT SEALANTS 07920 - 5
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
B. Cylindrical Sealant Backings: ASTM C 1330, O (open -cell material) or any of the
preceding types, as approved in writing by joint -sealant manufacturer for joint application
indicated, and of size and density to control sealant depth and otherwise contribute to
producing optimum sealant performance:
C. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing
complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining
resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with
low compression set and of size and shape to provide a secondary seal, to control sealant
depth, and to otherwise contribute to optimum sealant performance.
D. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant
manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or
joint surfaces at back of joint where such adhesion would result in sealant failure. Provide
self-adhesive tape where applicable.
2.06 MISCELLANEOUS MATERIALS
A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion
of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -
substrate tests and field tests.
B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of
sealants and sealant backing materials, free of oily residues or other substances capable
of staining or harming joint substrates and adjacent nonporous surfaces in any way, and
formulated to promote optimum adhesion of sealants to joint substrates.
C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and
surfaces adjacent to joints.
PART 3 — EXECUTION
3.01 EXAMINATION
A. Examine joints indicated to receive joint sealants, with Installer present, for compliance
with requirements for joint configuration, installation tolerances, and other conditions
affecting joint -sealant performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 PREPARATION
A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to
comply with joint -sealant manufacturer's written instructions and the following require-
ments:
JOINT SEALANTS 07920 - 6
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
1. Remove all foreign material from joint substrates that could interfere with adhesion of
joint sealant, including dust, paints (except for permanent, protective coatings tested
and approved for sealant adhesion and compatibility by sealant manufacturer), old
joint sealants, gaskets, oil, grease, waterproofing, water repellents, water, surface
dirt, and frost.
2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning,
mechanical abrading, or a combination of these methods to produce a clean, sound
substrate capable of developing optimum bond with joint sealants. Remove loose
particles remaining after cleaning operations above by vacuuming or blowing out
joints with oil -free compressed air. Porous joint substrates include the following:
a) Concrete.
b) Masonry.
c) Unglazed surfaces of ceramic tile.
3. Remove laitance and form -release agents from concrete.
4. Clean nonporous surfaces with chemical cleaners or other means that do not stain,
harm substrates, or leave residues capable of interfering with adhesion of joint
sealants. Nonporous joint substrates include the following:
a) Metal.
b) Glass.
B. Joint Priming: Prime joint substrates based on preconstruction joint -sealant -substrate
tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written
instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or
migration onto adjoining surfaces.
C. Masking Tape: Use masking tape where required to prevent contact of sealant with
adjoining surfaces that otherwise would be permanently stained or damaged by such
contact or by cleaning methods required to remove sealant smears. Remove tape
immediately after tooling without disturbing joint seal.
3.03 INSTALLATION OF JOINT SEALANTS
A. General: Comply with joint -sealant manufacturer's written installation instructions for
products and applications indicated, unless more stringent requirements apply.
B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of
joint sealants as applicable to materials, applications, and conditions indicated.
C. Install sealant backings of type indicated to support sealants during application and at
position required to produce cross -sectional shapes and depths of installed sealants
relative to joint widths that allow optimum sealant movement capability.
Do not leave gaps between ends of sealant backings.
Do not stretch, twist, puncture, or tear sealant backings.
1. Remove absorbent sealant backings that have become wet before sealant
application and replace them with dry materials.
D. Install bond -breaker tape behind sealants where sealant backings are not used between
sealants and backs of joints.
JOINT SEALANTS 07920 - 7
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
E. Install sealants using proven techniques that comply with the following and at the same
time backings are installed:
1. Place sealants so they directly contact and fully wet joint substrates.
2. Completely fill recesses in each joint configuration.
3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow
optimum sealant movement capability.
F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or
curing begins, tool sealants according to requirements specified below to form smooth,
uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact
and adhesion of sealant with sides of joint.
1. Remove excess sealant from surfaces adjacent to joints.
2. Use tooling agents that are approved in writing by sealant manufacturer and that do
not discolor sealants or adjacent surfaces.
3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise
indicated.
4. Provide flush joint configuration where indicated per Figure 5B in ASTM C 1193.
5. Provide recessed joint configuration of recess depth and at locations indicated per
Figure 5C in ASTM C 1193.
1) Use masking tape to protect surfaces adjacent to recessed tooled joints.
G. Installation of Preformed Silicone -Sealant System: Comply with the following
requirements:
1. Apply masking tape to each side of joint, outside of area to be covered by sealant
system.
2. Apply silicone sealant to each side of joint to produce a bead of size complying with
preformed silicone -sealant system manufacturer's written instructions and covering a
bonding area of not less than three -eights inch (3/8"). Hold edge of sealant bead
one-fourth inch (1/4") inside masking tape.
3. Within ten (10) minutes of sealant application, press silicone extrusion into sealant to
wet extrusion and substrate. Use a roller to apply consistent pressure and ensure
uniform contact between sealant and both extrusion and substrate.
4. Complete installation of sealant system in horizontal joints before installing in vertical
joints. Lap vertical joints over horizontal joints. At ends of joints, cut silicone
extrusion with a razor knife.
3.04 FIELD QUALITY CONTROL
A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows:
1. Extent of Testing: Test completed elastomeric sealant joints as follows:
a) Perform 10 tests for the first 1,000 feet of joint length for each type of elastomeric
sealant and joint substrate.
b) Perform 1 test for each 1,000 feet of joint length thereafter or 1 test per each floor
per elevation.
2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint
Hand Pull Tab or Field -Applied Sealant Joint Hand Pull Flap in Appendix X1 in
ASTM C 1193, as appropriate for type of joint -sealant application indicated.
a) For joints with dissimilar substrates, verify adhesion to each substrate separately;
do this by extending cut along one side, verifying adhesion to opposite side.
Repeat procedure for opposite side.
JOINT SEALANTS 07920 - 8
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
3. Inspect joints for complete fill, for absence of voids, and for joint configuration
complying with specified requirements. Record results in a field -adhesion -test log.
4. Inspect tested joints and report on the following:
a) Whether sealants in joints connected to pulled -out portion failed to adhere to joint
substrates or tore cohesively. Include data on pull distance used to test each type
of product and joint substrate. Compare these results to determine if adhesion
passes sealant manufacturer's field -adhesion hand -pull test criteria.
b) Whether sealants filled joint cavities and are free of voids.
c) Whether sealant dimensions and configurations comply with specified
requirements.
5. Record test results in a field -adhesion -test log. Include dates when sealants were
installed, names of persons who installed sealants, test dates, test locations,
whether joints were primed, adhesion results and percent elongations, sealant fill,
sealant configuration, and sealant dimensions.
6. Repair sealants pulled from test area by applying new sealants following same
procedures used originally to seal joints. Ensure that original sealant surfaces are
clean and that new sealant contacts original sealant.
B. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing or
noncompliance with other indicated requirements will be considered satisfactory. Remove
sealants that fail to adhere to joint substrates during testing or to comply with other
requirements. Retest failed applications until test results prove sealants comply with
indicated requirements.
3.05 CLEANING
A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by
methods and with cleaning materials approved in writing by manufacturers of joint
sealants and of products in which joints occur.
3.06 PROTECTION
A. Protect joint sealants during and after curing period from contact with contaminating
substances and from damage resulting from construction operations or other causes so
sealants are without deterioration or damage at time of Substantial Completion. If, despite
such protection, damage or deterioration occurs, cut out and remove damaged or
deteriorated joint sealants immediately so installations with repaired areas are
indistinguishable from original work.
3.07 JOINT -SEALANT SCHEDULE
A. Joint -Sealant Application: Exterior vertical and horizontal joints between plant -precast
architectural concrete units.
1. Joint Sealant: Single -component nonsag urethane sealant.
2. Joint -Sealant Color: As selected by Architect from manufacturer's full range.
B. Joint -Sealant Application: Exterior joints in glass unit assemblies.
1. Joint Sealant: Single -component neutral -curing silicone sealant.
2. Joint -Sealant Color: As selected by Architect from manufacturer's full range.
JOINT SEALANTS 07920 - 9
JOINT SEALANTS
MUNICIPAL HILL OPERATIONS FACILITIES
C. Joint -Sealant Application: Exterior vertical and horizontal joints between metal panels.
1. Joint Sealant: Single -component neutral- and basic -curing silicone sealant.
2. Joint -Sealant Color: As selected by Architect from manufacturer's full range.
D. Joint -Sealant Application: Exterior perimeter joints between masonry surfaces and frames
of doors, windows and louvers.
1. Joint Sealant: Single -component neutral- and basic -curing silicone sealant.
2. Joint -Sealant Color: As selected by Architect from manufacturer's full range.
END OF SECTION 07920
JOINT SEALANTS 07920 - 10
SANITARY WASTE AND VENT SPECIALTIES MUNICIPAL HILL OPERATIONS FACILITIES
SECTION 15150
SANITARY WASTE AND VENT SPECIALTIES
(Vent Pipe Extensions)
PART 1-GENERAL
1.01 SECTION INCLUDES
A. Plumbing vent pipe extension fittings.
1.02 RELATED SECTIONS
A. Division 07 Section "Preparation for Reroofing" for general requirements for preparation
for building reroofing including coordination of related plumbing and mechanical work.
B. Division 22 Section "Sanitary Waste and Vent Piping" for general requirements for waste
and vent piping.
1.03 REFERENCES
A. ASTM International (ASTM):
1. ASTM C 920 Specification for Elastomeric Joint Sealants.
2. ASTM D 2564 Standard Specification for Solvent Cements for Poly(Vinyl Chloride)
(PVC) Plastic Piping Systems.
3. ASTM D 2665 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Drain,
Waste and Vent Pipe and Fittings.
4. ASTM F 656 Standard Specification for Primers for Use in Solvent Cement Joints
of Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings
B. International Association of Plumbing and Mechanical Officials (IAPMO)
1. Universal Plumbing Code (cUPC US and Canada) approvals.
C. National Roofing Contractors Association (NRCA):
1. NRCA Roofing Manual, Latest Edition.
D. NSF International (NSF):
1. NSF/ANSI 14 — Plastics Piping Systems Components and Related Materials.
1.04 ACTION SUBMITTALS
A. Product Data: For plumbing vent pipe extensions, indicating mounting and securing
requirements and extended heights required.
B. Shop Drawings: Submit annotated copy of roof plan indicating locations of plumbing vents
requiring pipe extensions, based upon Contractor's field verification of existing conditions
and requirements of applicable of plumbing code.
1. Indicate details of completed roofing flashing configuration for all locations. Include
reference to applicable NRCA plate number.
SANITARY WASTE AND VENT SPECIALTIES 15150 - 1
SANITARY WASTE AND VENT SPECIALTIES MUNICIPAL HILL OPERATIONS FACILITIES
1.05 INFORMATION SUBMITTALS
A. Manufacturer's Certificate: On roofing membrane manufacturer's letterhead, accepting
use of proposed sealant in contact with roofing membrane.
1.06 QUALITY ASSURANCE
A. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials,"
for plastic piping components.
B. Comply with flashing requirements shown in NRCA Roofing Manual.
PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. Basis -of -Design Product: Subject to compliance with requirements, provide sanitary vent
pipe extensions manufactured by Tubos, Inc., Clearwater, FL; Phone (727) 504-0633,
infoCaD-tubos.biz.
2.02 MATERIALS
A. Solid -Wall PVC Pipe: ASTM D 2665, drain, waste and vent.
B. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer.
2.03 PLUMBING VENT PIPE EXTENSION
A. Roof Vent Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve
inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit
inside diameter of plumbing vent piping, enabling extension of piping to field -determined
height.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine each pluming vent piping location to determine required plumbing vent pipe
extensions based upon minimum finished height requirements and measured existing
conditions. Indicate plumbing vent pipe extensions on shop drawings.
1. Examine existing plumbing vent piping conditions and determine whether flashing
reuse is acceptable or whether replacement of flashing is required. Indicate flashing
replacement locations on shop drawings.
3.02 PREPARATION
A. Remove existing flashing from plumbing vent piping to extent required to enable
installation of new plumbing vent pipe extensions and completion of flashings.
SANITARY WASTE AND VENT SPECIALTIES 15150 - 2
SANITARY WASTE AND VENT SPECIALTIES MUNICIPAL HILL OPERATIONS FACILITIES
B. Clean plumbing vent piping to ensure that joint surfaces are clean, dry and free from
contamination including dirt, oils, grease, tar, wax, rust and other substances that my
inhibit adhesive or sealant performance.
3.03 INSTALLATION OF PLUMBING VENT PIPE EXTENSIONS
A. Insert end of plumbing vent pipe extension into existing plumbing vent piping.
1. Verify circumference of existing plumbing vent piping and plumbing vent pipe
extension are appropriate to achieve secure, rigid installation.
2. Mark plumbing vent pipe extension at required height above finished roof surface
level, and cut to required length.
3. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe
material and plumbing vent pipe extension, and mate plumbing vent pipe extension
to existing piping. Apply adequate adhesive or sealant to achieve secure, rigid
installation.
B. Flashing: Comply with primary roofing material manufacturer's published
recommendations for installation of approved pipe flashings. Match existing flashing
material unless otherwise directed.
3.04 CLEANING AND PROTECTION
A. Repair or replace defective work, include loose plumbing vent extensions, or unsecured
flashings or flashings that are not weathertight.
END OF SECTION 15150
SANITARY WASTE AND VENT SPECIALTIES 15150 - 3
FASTENERS AT
APPROX. 3" O.C.
STAGGERED
APPROX. 1/2"
GAP
Afl ��y..��'PG p�EN�Cti
OF
OF P
I
/®
EXISTING / NEW
WOOD NAILERS AS
SPEC.
-1 EXTEND BASE
FLASHING
MEMBRANE
BELOW BLOCKING
- CONTINUOUS
CLEAT AS SPEC.
— CONTINUOUS BEAD OF
SEALANT AS SPEC.
PRE -FINISHED METAL
JOINT COVER PLATE 6"
WIDE MIN. - SET IN TWO
BEAD OF SEALANT AS
SPEC.
FLANGE APPROX.
4" WIDE
3" MIN,
k41MIT51104
— PLY SHEET FLASHING AS
SPEC.
FLASHING AS SPEC.
PRE -FINISHED METAL
"GRAVEL STOP" SET IN
ROOF CEMENT; PRIME
FLANGE BEFORE
STRIPPING
BUILT UP ROOFING MEMBRANE
AS SPEC.
COVERBOARD INSULATION AS SPEC
THERMAL INSULATION AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
EXISTING ROOF DECK
PROJECT FOR
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX
DETAIL NAME: ROOF EDGE
Copyright 2014 by Annko Industries
PROJECT NO: 20140303-48
TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 03/31 /14
F - 6498
970M R
3.4 • l y
R2.01
OF
27
T:L\►JlkqI--ymZITA
MULTI -PLY BUILT-UP
ROOF SYSTEM AS
SPEC
COVERBOARD
INSULATION AS SPEC.
THERMAL INSULATION
AS SPEC
BASE SHEET AS SPEC.
EXISTING ROOF DECK-
EXISTING/NEW WOOD
NAILERS AS SPEC
EXTEND ONE PLY OR A -
SEPARATE MEMBRANE
SHEET TO OVERLAY
METALCLOSURE
CONTINUOUS SHEET —
METAL CLOSURE
FASTENED APPROX. 18"
O C- AS SPEC
d
z
LLI
of
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
EXTEND MOD BIT
BASE SHEET UP
UNDER METAL
COUNTERFLASHING
MOD BIT FLASHING
MEMBRANE AS
SPEC
PLY SHEET
FLASHING AS
SPEC
1
CONTINUOUS CLEAT AS
SPEC
GUTTER BRACKET
SUPPORT AT 12" TO 36"
D.0 . AS SPEC.
SHEET METAL GUTTER
AS SPEC.
WRAP NEW METAL
COUNTERFLASHING
AROUND CORNER
AND ATTACH TO
TERM BAR
VERTICAL HIDDEN TERM
BAR
. iia�w'o c. ....
.........
�7C88... �!
PROJECT FOR R2.02
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: ROOF EDGE AT PARAPET WALL
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE DATE: 03/31/14 DRAWN BY: RW
CONTINUOUS CLIP
AS SPEC.
CONTINUOUS BEAD OF
SEALANT AS SPEC.
PROVIDE 1/4" WIDE
GAP AT 10'-0" O.C.
CONT. 2X6 WOOD SHIM —J
FORM TOP FOR SLOPE
CONT. 1X4 WOOD SHIM
FORM TOP FOR SLOPE
3/4" EXTERIOR F.R.
GRADE PLYWOOD
AS SPEC.
4" HIGH CANT STRIP AS SPEC.
LU
AffillYM
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6496
STANDING SEAM METAL CAP WITH
CONTINUOUS CLEAT ON THE OUTSIDE.
PRE -FINISHED METAL PARAPET CAP
AS SPEC.
EXTEND BASE FLASHING DOWN
OVER WOOD BLOCKING
HIGH -DOMED, CAPPED,
GASKETED FASTENERS
(APPROX. 18" / 12" O.C.)
�— 2 RIVETS PER VERT. OVERLAP
� DOUBLE SIDED TAPE BETWEEN
0111 LAP & COPING LEG.
4" LAP
1►
PRE -FINISHED FLASHING RECEIVER
FASTENED AT 8" O.C.
PRE -FINISHED COUNTERFLASHING
AS SPEC,
3/4" EXT. GRADE PLYWOOD TOP
AND BOTTOM OF NAILERS
PRIME WALL AS SPEC. WHEN APPLICABLE
e GRANULATED MOD BIT FLASHING AS SPEC.
EXTEND FIELD PLIES ABOVE HEAD OF
CANT
PLY SHEET FLASHING AS SPEC,
MULTIPLE PLY BUILT-UP ROOF
MEMBRANES AS SPEC.
COVERBOARD INSULATION AS SPEC.
THERMAL INSULATION AS SPEC.
BASE SHEET AS SPEC. AS REQUIRED
EXISTING ROOF D r
. f!DliALfl C.�1MFil1'rMiiRliGii
..... 47088 ..... ALI
PROJECT FOR R2.03
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: LOW PARAPET
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
MASONRY WALL
END CLOSURE -
CONTINUOUS VERTICAL
CLIP WITH SLIP-ON
VERTICAL FLASHING
WEEPS AT 32" 0 C. -
R2.07
WEEPS AT END DAMS TYPICAL
COUNTERFLASHING TO EXTEND
MIN 8" PAST THERMOPLASTIC
BOOT
THRU-WALL COUNTERFLASHING
EXTEND THERMOPLASTIC BOOT OUT
MIN 16" ONTO PARAPET
PRE -FINISHED METAL COPING CAP -
INSTALLED & INCLUDING
_ CONTINUOUS CLIP ON EXTERIOR
rT` WALL, LOW PROFILES STANDING
/� ww SEAM ON LAPS. COPING FASTENED
I •rr rr� 18" O.C.
r �
■■ www NAILERS CHAMFERED
■. �� TO ROOF
� I ■ � 3t
�r ww■err j R2.03
END CLOSURE 1 f
FLASHING MEMBRANE J
UP & OVER PARAPET
WALL
THRU-WALL COUNTERFLASHING
IV AS SPEC
FLASHING MEMBRANES AS SPEC
ROOFING MEMBRANE AS SPEC
DECK AND ASSOCIATED
ROOFING COMPONENTS
4" CANT (45°) AS SPEC.
d
LE
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
PROJECT FOR
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX
DETAIL NAME: PARAPET AT RISE WALL
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE DATE: 03/31/14
q�M
r.Nl
�Q .C.
97M .........
it
R2.04
OF
27
DRAWN BY: RW
CONTINUOUS VERTICAL
PRE -FINISHED METAL TRIM.
COLOR TO MATCH WALL PANELS
EXTEND OVER FIRST WALL PANEL
RIB AND SEAL JOINT WITH DSA
TAPE CONT. VERT.
EXTEND COUNTERFLASHING
AND RECEIVER TRIM AROUND
CORNER PROVIDE PREFORMED
OUTSIDE CORNER AT 90 DEGREE
DOUBLE SOLDER TOOL JOINTS TYP.
TURN END OF COPING UP
AND UNDER FLASHING ABOVE
PROVIDE A WELDED SEAM
THERMOPLASTIC BOOT
EXTEND OUT MIN. 16"
ONTO PARAPET
REMOVE AND REPLACE
EXISTING METAL COPING
AND INSTALL NEW COPING
PROVIDE NEW STANDING
SEAM JOINT
EXTEND NEW MEMBRANE
DOWN OVER MEMBRANE
BELOW IN SHINGLE FASHION
EXISTING PARAPET WALL
TO RMAIN
EXTEND BASE FLASHING UP
AND OVER TOP OF PARAPET
WALL REF. TYP. PARAPET
DETAIL FOR FURTHER
INFORMATION
24 GA PRE -FINISHED
COUNTERFLASHING INSTALL
OVER METAL CLIP.
22 GA. GALVANIZED CLIP
CONTINUOUS FASTEN @ 6" QC
VERTICAL EACH LEG- DOUBLED
SIDED ADHESIVE CONTINUOUS
VERTICAL
PROVIDE END CLOSURE AT
COUNTERFLASHING
ROOF SYSTEM AS SPEC REFER
TO ROOF RISE WALL DETAIL
..�0 Ci...pT
'....97�.....::
PROJECT FOR
cs z LUBBOCK POWER & LIGHT R2.05
o MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: PARAPET WALL INTERSECTION
e PROJECT NO: 20140303-48
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM F - 6498 SCALE: NOT TO SCALE DATE: 03/31 /14 DRAWN BY: RW
THRU-WALL
COUNTERFLASHING
EXTEND THERMOPLASTIC BOOT UP ON
WALL AND UNDER NEW REMOVABLE f
COUNTERFLASHING /f
END CLOSURE J _
FLASHING MEMBRANES UP
& OVER PARAPET WALL
THRU-WALL COUNTERFLASHING
— FLASHING MEMBRANES
— ROOFING MEMBRANE
— DECKAND ASSOCIATED
ROOFING COMPONENTS
- 4" CANT
Copyright 2014 by Annko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
L'7
3/4" LAP
MIN.
CONTINUOUS VERTICAL
CLIP WITH SLIP-ON
VERTICAL FLASHING
EXTEND
THERMOPLASTIC BOOT
OUT MIN 16" ONTO
PARPET
z
.................
AP
/j .ROWD CMIHfT.NIGigli97088
PROJECT FOR R2.06
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: PARAPET AT METAL RISE WALL
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE DATE: 03/31/14 DRAWN BY: RW
PRIME N
AS SPE(
CONT. C
AS SPE(
era
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
��, ,, I-- ---lc G IN
WEEP HOLE AS SPEC.
FASTENERS APPROX. 24"O.C.
SHEET METAL REGLET AS SPEC.
3" LAP WITH BEAD OF SEALANT AS
SPEC.
3" LAP AT JOINTS
REMOVABLE SHEET METAL
COUNTERFLASHING AS SPEC.
SEAL TOP OF FLASHING WITH A
3-COURSE OF VERTICAL GRADE
ROOF CEMENT AND
REINFORCEMENT FABRIC AS SPEC.
TERM BAR FASTENED @ 6"-9" 0 C
OR FASTENERS APPROX. 8" O.C.
GRANULATED MOD -BIT FLASHING
AS SPEC.
EXTEND FIELD PLIES ABOVE HEAD
OF CANT
PLY SHEET FLASHING AS SPEC.
MULTI -PLY BUILT-UP ROOF SYSTEM
AS SPEC
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL AS SPEC.
BASE SHEET AS SPEC. IF
REQUIRED
EXISTING ROOF DECK
6-.m
�te c . r' =:"��
.iA MLD .C..WHill UM
PROJECT FOR R2.07
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: RISE WALL WITH REGLET
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
�1 ��:11'i�:��i1�
NEW ROOF EDGE
1 LAYER PEEL AP
MEMBRANE UP A
EDGE OF ROOF
REMOVE EXISTIN
AS REQUIRED AP
EXISTING
STRUCTURE TO
METAL PANELS.
PROVIDE AND IN
AND WATER SHII
OVER PLYWOOD
PROVIDE AND IN
F.R. PLYWOOD 0
STRUCTURE SEA
EXTEND NEW PE
MEMBRANE DON
FLASHING BELO)
FASHION
PRE -FINISHED M
TRIM
PRIME WALL AS
CONT. CLEAT AS
4" HIGH CANT Sl
d
5
iff
o�
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
HIGH DOMED GASKETED
FASTENER AS SPEC.
PRE -FINISHED METAL RECEIVER
TRIM, EXTEND UP AND UNDER
EXISTING LEG OF COPING
PROVIDE METAL PANEL
CLOSURE UNDER THE RECEIVER
TRIM
PRE -FINISHED METAL WALL
PANELS AS SPEC,
FASTENERS APPROX. 24" O.C.
EXISTING METAL REGLET TO
REMAIN
3" LAP AT JOINTS
REMOVABLE SHEET METAL
COUNTERFLASHING AS SPEC.
SEAL TOP OF FLASHING WITH A
3-COURSE OF VERTICAL GRADE
ROOF CEMENT AND
REINFORCEMENT FABRIC AS SPEC.
FASTENERS APPROX. B"OC.
- MOD BIT FLASHING AS SPEC.
EXTEND FIELD PLIES ABOVE
HEAD OF CANT
PLY SHEET FLASHING AS
SPEC.
ROOFING SYSTEM AS SPEC.
COVERBOARD AS SPEC.
THERMAL INSULATION
AS SPEC.
BASE SHEET AS SPEC.
IF REQUIRED
EXISTING ROOF DECK
...:...........................
FA MLD C. WHrMNIGRIN
.. ..•.. 97088 ..... ..It
s. v-N
PROJECT FOR R2.08
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: RISE WALL AT METAL PANELS
I PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
PRE -FINISHED METAL RECEIVER TRIM
FASTENERS AT 12" O.C. IN SEALANT
SELF -ADHERED MEMBRANE SHEET
CLOSURE SECURED TO WALL WITH
TERM BAR & 3 COURSE MASTIC
ENSURING PROPER OVERLAP
EXTEND BASE FLASHING UP AND —
OVER WOOD BLOCKING
EXTENDED FIELD PLIES ABOVE —
HEAD OF CANT STRIP
FLEXIBLE VAPOR RETARDER WITH
COMPRESSIBLE INSUL
Id
KIM
eoi
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
O
EIFS VENEER
FASTENERS APPROX. 24" O.C.
NEW METAL REGLET
3" LAP AT JOINT TYP.
11
PRE -FINISHED SHEET METAL
EXPANSION JOINT COVER AS SPEC
REMOVABLE SHEET METAL
COUNTERFLASHING AS SPEC.
SEAL TOP OF FLASHING WITH A
3-COURSE OF VERTICAL GRADE ROOF
CEMENT AND REINFORCEMENT
FABRIC AS SPEC.
CONT. CLEAT AS SPEC.
FASTENERS APPROX. 6" O.C.
PLY SHEET FLASHING AS SPEC.
FLASHING AS SPEC.
r
WOOD CANT TO BRACE CURB
BUILT UP ROOFING MEMBRANE
AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPE
ROOF DECK ���� r "•.��
PROJECT FOR
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX
DETAIL NAME: RISE WALL REGLET AT EIFS
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE DATE: 03/31 /14
s I�
R2.09
OF
27
DRAWN BY: RW
EXTEND BASE FLASHING
UP AND OVER WOOD
BLOCKING
FLEXIBLE VAPOR --
RETARDER TO SERVE
AS INSUL. RETAINER
(ATTACHED TO TOP OF CURB)
COMPRESSIBLE INSUL.
AS SPEC.
EXISTING/ NEW
WOOD NAILERS
WOOD CANT TO
BRACE CURB
2c
96
mmmz
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
m
C!7
SHEET METAL EXPANSION
JOINT COVER AS SPEC.
STANDING SEAM JOINT
FLEXIBLE WATERPROOF
MEMBRANE CLOSURE AS
SPEC.
QUAD
EAL TOP OF FLASHING
O
WITH A 3-COURSE OF
VERTICAL GRADE PROOF
CEMENT AND
REINFORCEMENT FABRIC
AS SPEC.
HIGH -DOMED, CAPPED,
GASKETED FASTENERS
(APPROX. 18" O.C.
DEPENDING UPON WIND
ZONE AND LOCAL
CONDITIONS)
FASTENERS APPROX. 8" O.C.
BEVEL TOP OF BOTH WOOD
CURBS TO DRAIN TO ONE
SIDE
EXTEND FIELD PLIES
ABOVE HEAD OF CANT
STRIP
GRANULATED FLASHING
/
MEMBRANE AS SPEC.
PLY FLASHING AS SPEC.
m. MULTIPLE -PLY BUILT-UP
ROOF MEMBRANE AS SPEC.
COVERBOARDINSUL.AS
SPEC.
THERMAL INSUL. AS SPEC
BASE SHEET AS SPEC. IF
REQUIRED
EXISTING ROOF DECK ft
t�' +� r�%1
..IIaMLD ....... ........IM�M7I�I
................
3's, �7088
vv-N
PROJECT FOR R2.10
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: FIELD EXPANSION JOINT
I PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
TERMINATE MEMBRANE
AT TERM BAR WITH
3-COURSE AND MASTIC
OVER THE TOP
CONT 2X6 WOOD SHIM
FORM TOP FOR SLOPE
CONT 1X4 WOOD SHIM
FORM TOP FOR SLOPE
3/4" EXTERIOR GRADE —
F.R. PLYWOOD AS SPEC.
d
NE
n
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
- METAL PANELS
�- r— SHEET METAL REGLET/RECEIVER AS
SPEC.
FASTENERS APPROX. 24" O.C.
PRE -FINISHED REMOVABLE
SHEET METAL
COUNTERFLASHING AS SPEC.
S� I
-E • FLASHING MEMBRANE AS SPEC.
. HIGH -DOMED, CAPPED,
GASKETED FASTENERS
(APPROX. 12" O.C. DEPENDING
UPON WIND ZONE AND LOCAL
CONDITIONS)
CONTINUOUS EXPANSION
CLEAT AS SPEC.
SEALANT
EXISTING WALL
PROJECT FOR
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX
DETAIL NAME: PARAPET EJ AT RISE WALL
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE DATE: 03/31/14
*. �*
.......:...
PAR" C.�wHrmiG'[L7F1
,s 3 ly
R2.11
OF
27
DRAWN BY: RW
STANDING SEAM METAL CAP WITH
CONTINUOUS CLEAT ON OUTSIDE WALL
SHEET METAL PARAPET COPING AS SPEC.
EXTEND BASE FLASHING UP & OVER
WOOD BLOCKING
2 RIVETS PERVERT OVERLAP
P
OR
HIGH -DOME, CAPPED, GASKETED
O
/ .
FASTENERS
z
/
///
'
(APPROX. 18" O C., DEPENDING UPON
L)
/
WIND ZONE & LOCAL CONDITIONS)
J
z m
/
DOUBLE SIDED TAPE BETWEEN LAP &
COPING LEG
g 3:
OJ
-
3/4" EXT. GRADE PLYWOOD TOP
Qp
/*
. L-
AND BOTTOM OF NAILERS
FLASHING MEMBRANE AS SPEC
-
MI LAP
PLYSHEET FLASHING MEMBRANE
/
AS SPEC
HIDDEN TERMINATION BAR
FASTENED AT 8" O C
CONT. METAL CLIP
AS SPEC,
CONT, BEAD OF —
SEALANT AS SPEC.
PROVIDE 1/4" WIDE
GAP AT 10'-0" O.C.
CONT. 2X6 WOOD SHIM
FORM TOP FOR SLOPE
CONT. 1X4 WOOD SHIM 1
FORM TOP FOR SLOPE
3/4" EXTERIOR F,R.
GRADE PLYWOOD
AS SPEC.
SELF -ADHERED MEMBRANE SHEET
CLOSURE SECURED TO WALL WITH
TERM BAR & 3 COURSE MASTIC
ENSURING PROPER OVERLAP
EXTEND BASE FLASHING UP
AND OVER WOOD BLOCKING
EXTENDED FIELD PLIES ABOVE —
HEAD OF CANT STRIP
FLEXIBLE VAPOR RETARDER
WITH COMPRESSIBLE INSUL.
WOOD CANT TO BRACE CURB
COVERBOARD INSUL. AS SPEC
THERMAL INSUL AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
EXISTING ROOF DECK -- —
cS
x
RE
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
SHEET METAL REGLETIRECEIVERAS
SPEC.
FASTENERS APPROX 24" O.C.
FLASHING MEMBRANE AS SPEC
3" LAP AT JOINTS TYP
PRE -FINISHED SHEET METAL
RECEIVER AS SPEC.
�— REMOVABLE SHEET METAL
COUNTERFLASHING AS SPEC
SEAL TOP OF FASTENER WITH A
- 3-COURSE OF VERTICAL GRADE PROOF
CEMENT AND REINFORCEMENT FABRIC
AS SPEC.
CONT CLEAT AS SPEC.
FASTENERS APPROX 8" O C
PLY SHEET FLASHING AS SPEC.
GRANULATED FLASHING AS SPEC.
MULTIPLE PLY SHEETS
AS SPEC
Bow" Q wrorrroo"
97M : ►�
vv. /I
PROJECT FOR R2.12
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: EXPANSION JOINT AT PARAPET
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE I DATE: 03/31/14 DRAWN BY: RW
PREFINISHED METAL COPING
EXTEND FLASHING
WITH STANDING SEAM
MEMBRANE AND PLY SHEET
FLASHING UP AND OVER
PARAPET WALL AS SPEC,
CONT- 2X WOOD
NAILERS
HIGH DOMED GASKETED
FASTENER AS SPEC.
NEW 2 X WOOD NAILER AS SPEC_
T�
11)17�
r EXISTING CMU WALL
NEW SELF -ADHERING
MEMBRANE AS SPEC.
NEW METAL PANEL
EXISTING WALL TO REMAIN
FLEXIBLE FLASHING MEMBRANE
SHEET METAL RECEIVER AS SPEC.
FASTENERS APPROX. 12" O.C.
METAL COUNTER FLASHING TO 3" LAP WITH BEAD OF SEALANT AS
EXTEND UP AND BEHIND SHEATHING SPEC.
SELF -ADHERING FLASHING TO
EXTEND UP AND BEHIND SHEATHING
EXTERIOR WALL SHEATHING
CONTINUOUS TERM BAR FASTEN Q / / 3" LAP AT JOINTS TYP.
AT 6" O.C. TO WALL Q
SELF -ADHERED MEMBRANE SHEET REMOVABLE SHEET METAL
CLOSURE SECURED TO WALL WITH COUNTERFLASHING AS SPEC.
TERM BAR & 3 COURSE MASTIC - HIGH -DOMED, CAPPED, GASKETED
ENSURING PROPER OVERLAP - FASTENERS (APPROX. 18" O.C.,
DEPENDING UPON WIND ZONE
EXTEND BASE FLASHING UP AND LOCAL CONDITIONS)
AND OVER WOOD BLOCKING FASTENERS APPROX.B" O.C.
EXTENDED FIELD PLIES ABOVE SEAL TOP OF FASTENER WITH A
HEAD OF CANT STRIP 3-COURSE OF VERTICAL GRADE
PROOF CEMENT AND REINFORCEMENT
FABRIC AS SPEC.
FLEXIBLE VAPOR RETARDER BEVEL TOP OF BOTH WOOD
WITH COMPRESSIBLE INSUL. CURBS TO DRAIN TO ONE SIDE
SPDBIT FLASHING MEMBRANE AS �
CtT•�M1
PLY SHEET FLASHING AS SPEC.
MULTIPLE PLY ROOF MEMBRANE ........ 70M .....
AS SPEC. � �.
WOOD NAILERS COVERBOARD INSULATION AS
SPEC,
WOOD CANT TO BRACE CURB THERMAL INSULATION AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
EXISTING ROOF DECK
PROJECT FOR R2.13
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: EXPANSION JOINT AT METAL PANEL RISE WALL
PROJECT NO: 20140303-48
Copyright 2014 by Annko Industries
TEXAS REGISTERED ENGINEERING FIRM FCALE: NOT TO SCALE DATE: 03/31 /14 DRAWN BY: RW
F - 6498
TOP OF FLASHING CAPPED OR
ROLLED INTO PIPE APPROX. 1"
SOFT METAL PIPE FLASHING
PLUMBING VENT STACK
STRUCTURAL SEALANT AT
PENETRATION TO MEMBRANE
JUNCTURE
1
i
I � �6" MIN. FLANGE
1 411 MINIMUM
�4" MINIMUM
SET FLANGE IN ROOF CEMENT- ---
PRIME FLANGE BEFORE STRIPPING
a
A0002E
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
GRANULATED FLASHING
AS SPEC.
PLY SHEET FLASHING AS SPEC.
MULTIPLE -PLY BUILT UP ROOF
SYSTEM AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
EXISTING ROOF DECK
rroi.................... ri
PROJECT FOR R2.14
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: VENT STACK FLASHING I
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31 /14
DRAWN BY: RW
APPROX. 1/4" CLEARANCE -
BETWEEN EA. CORNER AND
EDGE OF COLLAR
mmElEmMel.,1111
POURABLE SEALANT
AS SPEC.
1" MIN. PIPE
DIAMETER
OPTIONAL: WOOD NAILERS; —
VARIES DEPENDING UPON SIZE
OF PENETRATION.
e�
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
SEALANT AS SPEC.
DRAW BAND
WATERTIGHT 24 GA. STAINLESS
STEEL RAIN COLLAR OVERLAPPING
PENETRATION POCKET
STAINLESS STEEL 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
PLYSHEET FLASHING AS SPEC.
�— MULTIPLE- PLY BUILT UP ROOF
SYSTEM AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC.
EXISTING ROOF DECK
I-w•ly
PROJECT FOR R2.15
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: PITCH PAN DETAIL
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
I—
x
WOOD CANT TO
BRACE CURB
WOOD NAILERS AND
CURB AS SPEC.
PROVIDE INSULATION IN `
GAP TO SEPARATE
ABOVE ROOF AND
CEILING PLENUM
MIN. 4" CLEARANCE FORM
PIPE TO TOP OF CURB; MIN.
2" BETWEEN PIPES
d
z
Is
Lu
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
- SHEET METAL ENCLOSURE-
CROSSBREAK OR SLOPE FOR
DRAINAGE
- INSULATE VOID TO PREVENT
CONDENSATION
SHEET METAL OR FLEX -TUBE
COLLAR AS SPEC.
SLOPE PIPES DOWN AND AWAY
FROM HOOD
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 AS SPEC.
GRANULATED FLASHING AS SPEC.
FASTENERS APPROX- 8" O.C.
EXTEND FIELD PLIES ABOVE HEAD
OF CANT
PLYSHEET FLASHING AS SPEC.
�- MULTIPLE -PLY BUILT-UP ROOF
SYSTEM AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC.IF REQUIRED
EXISTING ROOF DECK
IlQIMLO C.� wHl'IN101'ali
3 1I
PROJECT FOR R2.16
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: PIPE BOX FLASHING
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
UNIT MOUNTING CURB AS SPEC.
SEALING MATERIAL AS SPEC.
WOOD NAILER AS SPEC.
z = t
Z ap V
v
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)
r REMOVABLE SHEET METAL
COUNTERFLASHING
FASTENERS APPROX. 8" O.C. & 3
7 COURSE ROOF CEMENT &
REINFORCEMENT FABRIC AS
SPEC.
`EXTEND FIELD PLIES ABOVE HEAD
OF CANT
PLY -SHEET FLASHING AS SPEC.
GRANULATED FLASHING AS SPEC.
t — MULTIPLE -PLY ROOF MEMBRANE
AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
MECHANICAL UNIT, HOOD, ETC. BASE SHEET AS SPEC. IF REQUIRED
BASE OF UNIT EXTENDS 1/2"
MIN. BEYOND TOP OF CURB EXISTING ROOF DECK
SFALiNG MATERIAL- MUST BE
CONTINUOUS ON TOP OF THE
CURB
1' MIN. BELOW TOP CURB
FLASHING RECEIVER AS SPEC.
~rFASTENERS AS SPEC.
WOOD NAILER AS SPEC.
COUNTERFLASHING AS SPEC.
BASE FLASHING AS SPEC.
UNIT MOUNTING CURB AS SPEC.
INSUL. AS SPEC.
d
oil"W.
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
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
FASTENERS.
1 WHEN POSSIBLE, THE MECHANICAL UNITS
SHOULD NOT BE SET UNTIL THE ROOF
MEMBRANE AND FLASHING HAVE BEEN
INSTALLED,
. Flom" C.�%wry""
PROJECT FOR R2.17
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: CURB FLASHING
I PROJECT NO: 20140303-48
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
MULTI -PLY SHE
AS SPEC.
COVERBOARD
INSUL. AS SPEC
THERMAL INSU
SPEC.
BASE SHEET A!
EXISTING ROOI
WOOD
CONTIN
CLOSUI
18" O.C.
MAENL UrvC r-Lr UM r -
SEPARATE MEMBRANE SHEET
TO OVERLAY METAL CLOSURE
d
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
Z FLASHING AS SPEC
PLY SHEET FLASHING AS
SPEC.
SHEET METAL EDGE
FLASHING (GRAVEL -STOP
LIP OPTIONAL); PRIME
FLANGE BEFORE
STRIPPING
FASTENERS AT APPROX. 3"
O.C. STAGGERED AS SPEC.
GUTTER SPACER
ALTERNATELY SPACED
FROM BRACKETS AS SPEC.
FLEXIBLE MEMBRANE
CLOSURE; EXTEND INTO
GUTTER
CONT. CLEAT AS SPEC.
GUTTER BRACKET
SUPPORT AT 12" TO 36"
O.C., AS SPEC.
SHEET METAL GUTTER AS
SPEC.
FAM n C.� IHTI Nam
PROJECT FOR R2.18
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: ROOF EDGE WITH GUTTER
l PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
FLASHING MEMBRANE
AS SPEC.
PLYSHEET MEMBRANE
STRIPING PLY AS SPEC.
COVERBOARDINSUL
-
AS SPEC.
THERMAL INSUL. AS
SPEC.
MULTIPLE -PLY SHEETS
AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
EXISTING ROOF DECK —
CLAMPING RING AS SPEC
DECK CLAMP AS SPEC.
DRAIN BOWL AS SPEC.
MEMBRANE FIELD PLIES, METAL
FLASHING, AND STRIPPING
PLIES ALL EXTEND UNDER
CLAMPING RING
ROOF CEMENT AS SPEC.
MULTIPLE -PLY ROOF MEMBRANE
ARMKOW
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
/.
_�j
30" SQUARE MIN., 4 LB LEAD
FLASHING SET ON FINISHED
ROOF IN ROOF CEMENT, PRIME
TOP SURFACE BEFORE
STRIPPING
DRAIN STRAINER
AS SPEC.
cF
. �NONIILLD C. wFniM�i01bN
41. �7088 r i!
PROJECT FOR R2.19
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: PRIMARY ROOF DRAIN
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31 /14
DRAWN BY: RW
lie
1 112"
SOLDER FLANGE TO TOP
WALL SURFACE ----��
HEM THE FLANGE EDGE 3/4"
�^
ON ALL SIDES
I
I
PRE -FINISHED 24 GAUGE
SET SCUPPER F
SCUPPER FASTEN TO FACE
W/ RUBBER BACKER
OF WALL WITH E.B.
& CAULK ON ALL
SIDES f
EXPANSION BOLT `
I
ROOF LINE BEYOND
REFER TO SPECIFICATIONS
�.
FOR PARAPET WALL
APPLICATION
— ---
'--
PROCEDURES
STANDING SEAM METAL CAP
SCUPPER - TYP.
EXT. ELEVATION
NOT TO SCALE
/ .
STRIP IN PLY ADHERED TO SHEET
.
AROUND PENETRATION
CUT EXCESS C/F FROM PERIMETER OF
. f
SCUPPER
� 1 .
REFER TO PARAPET DETAIL
FOR FURTHER COPING AND
-
/
��q
LSS''
�
FIBER CANT STRIP AS
FLASHING INFORMATION
�
�
. �
�- -
SPEC CONT. ALONG
S
WALL WHERE SCUPPER
- j
r
OCCURS
/ /
'
/
•
/
I •
roo-',
EXTEND BASE FLASHING INTO
ISCUPPER
AT MIN. OF 3" ON
BOTTOM AND SEAL ALL SIDES
1
I
WITH STRUCTURAL SEALANT
-
I
FIELD SOLDER AROUND
-
I
ENTIRE FACE CONNECTION
OF SCUPPER BOTH SIDES
oe
•
BASE FLASHING AS PER
ROOFING SPEC
EXTEND FLA3PIIftl
• A
_
UP AND OVER
- -
ADHERED TO
BLOCKING N
FIELD OF ROOF
SETSCUPPERIN
I
FULL BED OF MASTIC
.�-
PRIME WALL AS
SPECIFIED
ABRADE AND PRIME METAL
24 GAUGE PRE -FINISHED
FLANGE
SCUPPER AS SPEC. - SHOP
FABRICATED - SOLDER ALL
JOINTS CONT TO ENSURE
p.
'14H
WATERTIGHTNESS
MULTIPLE -PLY BUILT UP
ROOF MEMBRANE AS
HEM EDGE OF
FLANGE 3/4" MIN. ON
SPEC. - REF TYP, DETAIL
cr
ALL SIDES
..
�,
WALL SYSTEM TO
REMAIN �y
..��% m
C.
...............................
PROJECT FOR R2.20
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: THROUGH WALL SCUPPER
PROJECT NO: 20140303-48
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM SCALE: NOT TO SCALE DATE: 03/31 /14 TDRAWN BY: RW
F - 6498
WALL SURFACE
SOLDER FLANGE TO TOP
1 1l2"
HEM THE FLANGE EDGE 3/4" ON ALL SIDES
SET SCUPPER
FACE WI RUBBER ~ PRE -FINISHED 24 GAUGE SCUPPER
BACKER & CAULK FASTEN TO FACE OF WALL WITH E.B
ON ALL SIDES
G I I
EXPANSION BOLT ROOF LINE BEYOND
SCUPPER - TYP. EXT. ELEVATION
NOT TO SCALE
IEXTEND FLASHING UP �l
AND OVER WOOD _
BLOCKING
6"
REFER TO PARAPET
DETAIL FOR FURTHER
COPING AND FLASHING
INFORMATION.
. REFER TO SPECIFICATIONS
.. FOR PARAPET WALL
.
APPLICATION PROCEDURES
•
- .
STRIP IN PLY ADHERED TO CTEM SHEET
.
AROUND PENETRATION
CUT EXCESS CIF FROM PERIMETER OF
• y
SCUPPER & SET SCUPPER IN FULL BED
SHEET METAL
F
OF MASTIC WHEN SETTING IN MASONRY
CONDUCTOR
24 GAUGE PRE -FINISHED SCUPPER
HEAD AS SPEC
AS SPEC- -SHOP FABRICATED -
SOLDER ALL JOINTS CONT TO
ENSURE WATER TIGHTNESS. HEM
EDGE OF FLANGE 3/4" MIN. ON ALL
SIDES.
2" FIBER CAM STRIP AS
SPEC CONT ALONG
WALL WHERE SCUPPER
OCCURS
000
WRAP BASE FLASHING
INTO SCUPPER Q MIN,
OF 3" ON BOTT AND
BOTH SIDES
FIELD SOLDER AROUND
ENTIRE FACE CONNECTION
OF SCUPPER BOTH SIDES
MULTIPLE -PLY BASE
FLASHING AS PER. ROOFING
= -
SPEC
ADHERETO
FIELD OF ROOF
ABRADE AND PRIME METAL
FLANGE
MULTIPLE PLY BUILT-UP
ROOF SYSTEM AS SPEC.
1-1/2"
PRIMARY SCUPPER W/
PRE -FINISHED ALUMINUM TRIM
NOTE:
CONDUCTOR HEADS AND DOWNSPOUTS SHOULD BE
FABRICATED OF THE SAME MATERIAL RECOMMENDED
MINIMUM FOR CONSTRUCTION OF CONDUCTOR HEADS IS
24 GA. PRE -FINISHED GALVANIZED STEELE
5.1 •ly
PROJECT FOR R2.21
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
z' DETAIL NAME: THROUGH WALL SCUPPER WITH CONDUCTOR HEAD
PROJECT NO: 20140303-48
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM SCALE : NOT TO SCALE DATE: 03/31 /14 DRAWN BY: RW
F - 6498
yea
ARNKOW
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
w / J
o /
� / I
SLOPE / R D
SLOPE
/
w
a
��
0
TAPER CRICKETS BETWEEN
DRAINS AS SPEC. REFER TO
ROOF PLAN
PRIMARY ROOF DRAIN AS
SPEC.
48"X48" SUMP AROUND
DRAIN
CANT
R2.19
OFS PARAPET WALL
OVERFLOW ROOF SCUPPER
AS SPEC.
mm a'c:'iMiiri�iiiiam .
................. . ......... V ..
; .;! • ly
PROJECT FOR R2.22
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: ROOF DRAIN LAYOUT
PROJECT NO: 20140303-48 I
SCALE: NOT TO SCALE I DATE: 03/31/14
cj
a
,F
AUMONO
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
DOUBLE DOME SKYLIGHT
AS SPEC.
SKYLIGHT FRAME
WITH WEEP HOLES
HIGH -DOMED, CAPPED GASKETED
FASTENERS (APPROX. 18" O.C.,
DEPENDING UPON WIND ZONE AND
LOCAL CONDITIONS MIN. TWO
FASTENERS PER SIDE)
REMOVABLE SHEET METAL
COUNTERFLASHING
FASTENERS APPROX. 8" O.C.
FLASHING MEMBRANE
AS SPEC.
EXTEND FIELD PLIES ABOVE
HEAD OF CANT STRIP
PLYSHEET FLASHING AS
SPEC.
BUILT UP ROOFING MEMBRANES
AS SPEC.
COVERBOARD INSUL. AS SPEC.
THERMAL INSUL. AS SPEC.
BASE SHEET AS SPEC. IF REQUIRED
- EXISTING ROOF DECK
IIOIIIALD C. wF�RNQ1gN
PROJECT FOR R2.23
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: SKYLIGHT FLASHING
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31 /14
DRAWN BY: RW
INSULAI IUN VVHLKt
ROOFING MEMBRA*
TIE EXISTING SIDE c
TO DECK WITH FULI
THREE PLY TIE—IN fv
SUCCEEDING LAP E
FURTHER ON ROOF
PREVIOUS LAP
EXISTING ROOF SY!
SPUD SURFACE RO
DOWN TO EXISTINC
FULLY ADHERE COP
EXISTING BUILT—UP ROOF --a-- — -1-1110 NEW BUR ROOF INSTALLATION
tS
z
ARAM�
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
RONALD .�. rM1RfHG1011
1_ .........................
1.31•1y
PROJECT FOR R2.24
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: TIE-IN DETAIL
PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
PLAN VIEW ISO.
NOTES:
1. ROLLER AND SUPPORT LEG SIZE IS DEPENDANT
ON PIPE OR CONDUIT SIZE. MANUFACTURER TO
PROVIDE PROPER SIZING BASED ON FIELD
CONDITIONS.
2. SET ON SACRIFICIAL CTEM SHEET.
FRONT VIEW
sS
ARLM�
Copyright 2014 by Annko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 6498
8" MINIMUM
SIDE VIEW
THREADED RODS,
NUTS, AND WASHERS
AS SPEC.
HIGH DENSITY
POLYPROPYLENE
PLASTIC W/UV
INHIBITORS, TYPICAL.
1-i ►'�
PROJECT FOR R2.25
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: PIPE SUPPORT
I PROJECT NO: 20140303-48 1
SCALE: NOT TO SCALE I DATE: 03/31/14
DRAWN BY: RW
NEW ROOF EDGE AS DETAILED
1 LAYER PEEL AND STICK
MEMBRANE UP AND OVER TOP
EDGE OF ROOF
718" HAT CHANNELS AT 16" O.C. VERT. CONT
HORIZONTAL
PROVIDE AND INSTALL 40MIL ICE AND —
WATER SHIELD MEMBRANE OVER PLYWOOD
SURFACE
PROVIDE AND INSTALL 314" EXT. F.R —
PLYWOOD OVER EXIST. STRUCTURE SEAL
ALL JOINTS
TERMINATION BAR FASTENED 6" O.C. WITH 3
COURSE AND MASTIC OVER TOP EDGE
EXTEND NEW PEEL AND STICK MEMBRANE -
DOWN AND OVER FLASHING BELOW IN
SHINGLE FASHION
PROVIDE AND INSTALL 40MIL ICE AND —
WATER SHIELD
FASTENERS AT 12" O.C. IN SEALANT
PRE -FINISHED METAL RECEIVER TRIM
SELF -ADHERED MEMBRANE SHEET
CLOSURE SECURED TO WALL WITH
TERM BAR & 3 COURSE MASTIC
ENSURING PROPER OVERLAP
EXTEND BASE FLASHING UP AND —
OVER WOOD BLOCKING
EXTENDED FIELD PLIES ABOVE —
HEAD OF CANT STRIP
IFLEXIBLE VAPOR RETARDER WITH
COMPRESSIBLE INSUL,
WOOD CANT TO BRACE CURB
9.
'L
n2
Copyright 2014 by Armko Industries
TEXAS REGISTERED ENGINEERING FIRM
F - 649E
-- HIGH DOMED GASKETED
FASTENER AS SPEC -
PRE -FINISHED METAL RECEIVER
Z TRIM. EXTEND UP AND UNDER
} EXISTING LEG OF COPING
IL
0r PROVIDE METAL PANEL
LU CLOSURE UNDER THE RECEIVER
> TRIM
y-- PRE -FINISHED METAL WALL
LU PANELS AS SPEC.
ILL
FASTENERS APPROX 24" O.C.
EXISTING METAL REGLET TO
REMAIN
3" LAP AT JOINT TYP
PRE -FINISHED SHEET METAL
EXPANSION JOINT COVER AS SPEC.
REMOVABLE SHEET METAL
COUNTERFLASHING AS SPEC.
SEAL TOP OF FLASHING WITH A
3-COURSE OF VERTICAL GRADE
PROOF CEMENT AND REINFORCEMENT
FABRIC AS SPEC-
CONT. CLEAT AS SPEC.
FASTENERS APPROX 6" O.C.
PLY SHEET FLASHING AS SPEC.
GRANULATED FLASHING AS SPEC,
MULTIPLE PLY SHEETS AS SPEC
COVERBOARD INSUL AS SPEC.
THERMAL INSUL. AS SPEC.
ROOF DECK
.............. %
*�
�.�� .C. vhvmmgm
..........................
PROJECT FOR R2.26
LUBBOCK POWER & LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES OF
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: RISE WALL EXPANSION JOINT AT METAL PANELS
PROJECT NO: 20140303-48
SCALE: NOT TO SCALE DATE: 03/31/14 DRAWN BY: RW
'7• 'Tr '■ I
PROJECT FOR R2 27
LUBBOCK POWER & LIGHT OF
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DR., LUBBOCK, TX 27
DETAIL NAME: GLAZING DETAIL
PROJECT NO: 20140303-48
Copyright 2014 by Arrnko Industries
TEXAS REGISTERED ENGINEERING FIRM FsCALE : NOT TO SCALE DATE: 03/31 /14 DRAWN BY: RW
F - 6498
GENERAL ROOF NOTES:
A_ PROVIDE ALL REQUIRED UTILITY / STRUCTURAL COMPONENTS AD/ORCONNECTIONS
FOR THE FUNCTIONAL USE OF ALL CONTRACTOR SUPPLIED EQUIPMENT OR APPLIANCES,
REGARDLESS OF ANY OMISSIONS OR INCONSISTENCIES ENCOUNTERED IN THE
CONSTRUCTION DOCUMENTS.
B. THE WORD'PROVIDE' SHALL MEAN TURNISH AND INSTALL COMPLETE AND READY TO
USE
C IF DISCREPANCIES APPEAR BETWEEN THE DRAWINGS AND THE SPECIFICATIONS, THE
HIGHER QUALITY, QUANTITY,ANDPRICESHALLSUPERSEDE.
D. THE GENERAL CONTRACTOR AND SUBCONTRACTORS SHALL BECOME FAMILIAR WITH
THE PROJECT AND THE ON -SITE / OFF -SITE CONDITIONS PRIOR TO BIDDING OR
COMMENCING WORK.
E. PROVIDE METAL END CLOSURE ON EXPANSION JOINTS WHERE THEY OCCUR AT THE EDGE
OF THE ROOF.
F. ROOF SLOPES SHOWN ON DRAWING ARE GENERAL AND CONCEPTUAL ONLY. PROVIDE
P09 HVE DRAINAGE TO ALL ROOF DRAINS. VERIFY TAPER IN SHOP DRAWINGS. REFER TO
STRUCTURAL DOCUMENTS FOR EXACT TOS/BOD ELEVATIONS.
G. PROVIDE TAPERED INSULATION CRICKETS (1/2"/FT. MIN. "MAT HIGH SIDE OF ALL
MECHANICAL UNITS SMOKE VENTS, ROOF HATCHES & OTHER MISC. ROOF
PENETRATIONS, TO SHED WATER AROUND &TO ENSURE POSITIVE ROOF DRAINAGE
H. PROVIDE ADDITIONAL FULLY ADHERED MEMBRANES AS PROTECTION AT "SERVICE
SIDE" OF ALL MECH. EQUIPMENT- HELD VERIFY LOCATIONS. AS WELLAS PROTECTION AT
"ACCESS SIDE" OF ALL ROOF HATCHES AND ROOF ACCESS LADDERS HELD VERIFY
LOCATIONS AND AT DOWNSPOUT LOCATIONS.
I. ALL WOOD BLOCKING AT ROOF EDGES ARE TO BE FABRICATED FROM CONT.2X6 FR-WD
BOARDS. PROVIDE LARGER 2X FR-WD AS REQUIRED PER DIMENSIONED DETAILED OR AS
FIELD CONDITIONS DICTATE ALL COPING TO BE SLOPED TOWARD THE INTERIOR
J. ALL EXPOSED FLASHING, COPING(IF APPLICABLE) AND THEIR ACCESSORIES SHALL BE AS
SPECIFIED, PAINT ALL METAL HASHING THAT LS NOT PREFNISHED VYP) AND VISIBLE
FROM THE GROUND.
K. HEIGHT OF ALL MAILERS SHALL BE FLUSH WITH NEW INSULATION THICKNESS
L ALL THROUGH FLASHING SYSTEMS TO ACCOMMODATE S' MINIMUM FLASHING HEIGHT
FROM FINISHED ROOF SURFACE. PROVIDE END DAMS AS CONDITIONS ALLOW. ALL
FLASHING TO HAVE 4" LAP MINIMUM AND OR STEP.
M. ALL PITCH PANS SHALL BE DOUBLE SOLDERED STAINLESS STEEL AND RECEIVE EITHER
MECHANICALLY ATTACHED GOOSENECK OR METAL BONNETS. METAL BONNETS SHALL BE
SECURED WITH CLAMPING RING AND SEALANT. SPECIAL CARE GIVEN TO WASH ALL
METAL PRIOR TO INSTALLATION.
N. ALL INFIELD EXPANSION JOINTS SHALL HAVE LOW SLOPED STANDING SEAM JOINTS AND
SHALL BE CHAMFERED AT TERMINATION AT ROOF EDGE TO MEET PROFILE OF
PERIMETER
0, ANY CRACKS OR VOIDS IN RISE WALLS ABOVE COUNTER FLASHING SHALL BE REPAIRED
WITH COMPATIBLE SEALANT,
P. ALL VERTICAL MEMBRANE FLASHING SHALL BE MECHANICALLY FASTENED AND
INSTALLED WITH NEW METAL COUNTER FLASHING UTILIZING A CONTINUOUS CUP. SLIDE
METAL COVER PLATE DOWN OVER VERTICAL CUP AND SEAL
Q. PROVIDE NEW CONCRETE SPLASH BLOCKS ON ROOF ELEVATION SUPPORTED BY A WALK
PAD WHERE DOWN SPOUTS OCCUR
R. ALL PIPE AND CONDUIT SHALL RECEIVE PIPE SUPPORTS AND RELATED SHIMS, AND SHALL
BE PLACED ON AN ADDITIONAL FULLY ADHERED ROOF MEMBRANE UNDER SPECIFIED
WALK PAD PRIOR TO SURFACE APPLICATION. SUPPORTSTO OCCUR AT IVO O.0 AND
WITHIN 2'-W OF ALL SLOPES, TEES AND CORNERS. ALL PIPE TO BE PAINTED PER BUILDING
CODE REQUIREMENTS.
S. ALL METAL FLASHING SHALL EXTEND BEYOND ROOF EDGE MIN. S" WHERE FLASHING
ABUTS VERTICAL WALL SURFACE AS DETAILED. ALL FLASHING SHALL BE INSTALLED IN
SHINGLE FASHION.
SCOPE OF WORK -OPERATIONS CENTER (MUNICIPAL HILL CAMPUS,
ALL EXTERIOR ELEVATIONS OF FACILITY:
WORK SHALL INCLUDE REMOVAL OF EXISTING SEALANT AT ALL
MASONRY CONTROL JOINTS, MASONRY TO METAL, METAL TO METAL
AND GLASS TO METAL JOINTS AROUND DOORS, WINDOWS AND
PENETRATIONS ON EXTERIOR WALL ELEVATIONS AS DESCRIBED IN
THE PROJECT SPECIFICATIONS, CONTRACTOR SHALL INSTALL ALL
SPECIFIED SEALANT AND REQUIRED ACCESSORIES AS PER THE
PROJECT SPECIFICATIONS, CONTRACTOR SHALL PROVIDE OWNER
WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND A FIVE
(5) YEAR MANUFACTURER'S MATERIAL WARRANTY.
T_ AT ALL LOCATIONS WHERE CONVERGENCE OF MULTIPLE PLANE OF ROOFING TO WALL
OCCURS, HELD FABRICATE THERMOPLASTIC BOOT TO BE INSTALLED OVER NEW
ROOFING, COMPLETELY OVERLAYING THE TRANSITIONS OF ALL ROOF TO WALL,
ELEVATIONS, INSIDE / OUTSIDE 91YS ETC PRIOR TO METAL INSTALLATION.
U. PROVIDE ALL REQUIRED UTILm/STRUCFURALCOMPONENTS AND/OR CONNECTIONS
FOR THE FUNCTIONAL USE OF ALL CONTRACTOR SUPPLIED EQUIPMENT OR APPLIANCES,
REGARDLESS OF ANY OMISSIONS OR INCONSISTENCIES ENCOUNTERED IN THE
CONSTRUCTION DOCUMENTS,
V. FLASHING AND STRIPPING MATERIALS, BASE PLY SHEETS, MEMBRANES, INSULATION,
AND ACCESSORIES SHOULD BE RECOMMENDED BY THE ROOFING SYSTEM
MANUFACTURER FOR INTENDED USE AND COMPATIBILITY WITH THE MEMBRANE
ROOFING SYSTEM.
W. WHERE WOOD BLOCKING EXCEEDS 6" IN VERTICALTHICJWESSATTAPERED INSULATION,
PROVIDE STEM WALL CONSTRUCTED OF 6" GALVANIZED COLD FORMED METAL FRAMING
AT 16" O.0 WITH CON, TRACK AT TOP AND BOTTOM AND WITH 3/4" FR-EKT GRADE
PLYWOODAT EACH SIDE, TOP TO SLOPE WITH TAPERED INSULATION.
X. ALL VERTICAL MEMBRANE FLASHING SHALL BE MECHANICALLY FASTENED AND
INSTALLED WITH NEW METAL COUNTER FLASHING UTILIZING A CONTINUOUS CUP. SLIDE
METAL COVER PLATE DOWN OVER VERTICAL CLIP AND SEAL
Y. GUTTERS SHALL BE PREFINISHED GALVANIZED STEEL, SIZE PER ROOF PLAN, LINO,
PROVIDE PREFINISHED 1/4"xl 1/2" GALVANIZED STEEL BENT PLATE BRACKETS AND
PREFINISHED 1" GALVANIZED STEEL SPACERS AT 36" O.0 MAX, STAGGER WITH EACH
OTHER AT IS" O.C.
Z. PROVIDE PREFINISHED GUTTER EJ'S 30-W O.0 MAX.
AA. DOWNSPOUTS SHALL BE 6"x6" PREFINISHED GALVANIZED STEEL LINO AS INDICATED ON
ROOF PLAN. PROVIDE PREFINISHED 2" GALVANIZED STEEL HANGERS AT 36" O.C. PROVIDE
VANDAL PROOF STAINLESS STEEL STRAINERS AT EACH OUTLET. COORDINATE LOCATION
WITH ARCHITECT PRIOR TO INSTALLATION.
AS, VERIFY ELEVATION OF ROOF DRAIN RELATIVE TO OVERFLOW SCUPPER PRIOR TO
INSTALLATION OF SCUPPERS.
AC CONTRACTOR SHALL RAISE ALL EQUIPMENT AS REQUIRED TO MAINTAIN B" MIN HEIGHT
ABOVE ROOF SURFACE.
AD. PROVIDE TAPERED CRICKET5AROUND WALLS, CURDS AND EXPANSION JOINTS TO
PROVIDE POSITIVE DRAINAGE TOWARDS DRAINS AND SUMPS.
SCOPE OF WORK • OPERATIONS CENTER (MUNICIPAL HILL CAMPUS,
4'•
M `Jli_F �� ■a. 111
o �
0
0
ROOF SECTIONS A, 0, E, F, I & J'
WORK SHALL INCLUDE REMOVAL OF EXISTING ROOF MEMBRANE AND
INSULATION DOWN TO SUBSTRATE, REMOVE AND REPLACE ANY DAMAGED OR
DETERIORATED DECKING ACCORDING TO THE UNIT PRICE AS SPECIFIED.
MECHANICALLY FASTEN SPECIFIED 4" SPECIFIED INSULATION BOARD WITH
ASSOCIATED CRICKETS PER ASCE 7 CRITERIA AND ''/e" SUBSTRATE BOARD AS
SPECIFIED. PROVIDE A BALLASTED FOUR —PLY BUILT-UP ROOF SYSTEM AS
SPECIFIED, INSTALL NEW MISCELLANEOUS CARPENTRY TO PARAPET WALLS
AND EXPANSION JOINT DETAILS AS SPECIFIED, RAISE ALL MECHANICAL
EQUIPMENT AND SERVICE LINES TO EIGHT -INCH (S') MINIMUM HEIGHT ABOVE
FINISHED ROOF SURFACE, PROVIDE A TWENTY (20) YEAR NDL
MANUFACTURER'S WARRANTY AND A TWO (2) YEAR CONTRACTOR'S
WARRANTY. WORK SHALL ALSO INCLUDE ALL HVAC AND ELECTRICAL, PIPING
DISCONNECT AND RECONNECTION, INSTALLATION SHALL BE AS PER NRCA,
SMACNA, ANSI/SPRI, SPECIFICATIONS, DETAILS AND MANUFACTURER'S
GUIDELINES.
,E
O
SCOPE OF WORK -OPERATIONS CENTER (MUNICIPAL HILL CAMPLK,
ROOF SECTIONS C, D, 0 & H:
WORK SHALL INCLUDE REMCVAL OF EXISTING ROOF
MEMBRANE AND INSULATION DOWN TO SUBSTRATE, REMOVE
AND REPLACE ANY DAMAGED OR DETERIORATED DECKING
ACCORDING TO THE UNIT PRICE AS SPECIFIED, MECHANICALLY
FASTEN SPECIFIED RED ROSIN PAPER AND BASE SHEET PER
ASCE 7 CRITERIA AS SPECIFIED, FULLY ADHERE 4" SPECIFIED
INSULATION BOARD WITH ASSOCIATED CRICKETS AND Y!'
SUBSTRATE BOARD AS SPECIFIED, PROVIDE A SALL49TED
FOUR_PLY BUILT-UP ROOF SYSTEM AS SPECIFIED, INSTALL
NEW MISCELLANEOUS CARPENTRY TO PARAPET WALLS AND
EXPANSION JOINT DETAILS AS SPECIFIED, RAISE ALL
MECHANICAL EQUIPMENT AND SERVICE LINES TO EIGHT4NCH
(S") MINIMUM HEIGHT ABOVE FINISHED ROOF SURFACE,
PROVIDE A TWENTY (20) YEAR NDL MANUFACTURER'S
WARRANTY AND A TWO (2) YEAR CONTRACTOR'S WARRANTY
WORK SHALL ALSO INCLUDE ALL HVAC AND ELECTRICAL, PIPING
DISCONNECT AND RECONNECTION, INSTALLATION SHALL BE AS
PER NRCA, SMACNA, ANSI/SPRI, SPECIFICATIONS, DETAILS AND
MANUFACTURER'S GUIDELINES,
8
0
m
g
2
ARLWO z
TEXAS REGISTERED
ENGINEERING FIRM F - 6498
In
N
N
7
Ill C
N O
C O U U
•L .O CL C L
O UU In >. '- Q
>-
-
LH3 E U f73 Ill
C CDto C 3 O
�O HD .0 O C +,
L
m V) N CA
+ U) ID E T
O j cn
0 j CL
U In CL +..0 U
Ib
cM
O
M
O
O
N Co
O
� U
z co
H O m
LU CD
� H Q
0_ 0
U)
w
J
LL.
=z
00
J ~ LLI
Q L1J H h
ao
�0��
w_¢Lr,
J tl I-
o0=UX
LLB JZH
w05 .0
O m Z w Co
Rt
R1.01
OF
4
GENERAL NOTES:
A PROVIDE ALL REQUIRED UTILITY / STRUCTURAL COMPONENTS ANDIOR CONNECTIONS FOR THE FUNCTIONAL USE OF
ALL CONTRACTOR SUPPLIED EQUIPMENT OR APPLIANCES, REGARDLESS OF ANY OMISSIONS OR INCONSISTENCIES
ENCOUNTERED IN THE CONSTRUCTION DOCUMENTS.
B. THE WORD'PROVIDE' SHALL MEAN TURNISH AND INSTALL COMPLETE AND READYTO USE'
C. IF DISCREPANCIES APPEAR BETWEEN THE DRAWINGS AND THE SPECIFICATIONS, THE HIGHER QUALITY, QUANTITY.
AND PRICE SHALL SUPERSEDE.
D. THE GENERAL CONTRACTOR AND SUBCONTRACTORS SHALL BECOME FAMILIAR WITH THE PROJECT AND THE
ON -SITE / OFF -SITE CONDITIONS PRIOR TO BIDDING OR COIIAMENCING WORK
E. PROVIDE ELASTOMERIC JOINT SEALANTS THAT ESTABLISH AND MAINTAIN WATERTIGHT, AIRTIGHT AND CONTINUOUS
JOINT SEALS WITHOUT STAINING OR DETERIORATING JOINT SUBSTRATES.
F. COLORS OF EXPOSED JOINT SEALANTS AS SELECTED BY ARCHITECT FROM MANUFACTURERS FULL RANGE
G. BEFORE INSTALLING ELASTOMERIC SEALANTS, FIELD TEST THEIR ADHESION TO PROJECT JOINT SUBSTRATES,
H. BUILD MOCKUPS INCORPORATING SEALANT JOINTS, AS FOLLOWS, TO VERIFY SELECTIONS MADE UNDER SAMPLE
SUBMITTALS AND TO DEMONSTRATE AESTHETIC EFFECTS AND SET QUALITY STANDARDS FOR MATERIALS AND
EXECUTION.
SPECIFIC NOTES:
1. CLEAN OUT JOINTS IMMEDIATELY BEFORE INSTALLING JOINT SEALANTS TO
COMPLY WITH JOINT -SEALANT MANUFACTURERS WRITTEN INSTRUCTIONS.
2, PRIME JOINT SUBSTRATES, APPLY PRIMER TO COMPLY WITH JOINT
SEALANT MANUFACTURER'S WRITTEN RECOMMENDATIONS.
3, USE MASKING TAPE TO PREVENT CONTACT OF SEALANT WITH ADJOING
SURFACES THAT OTHERWISE WOULD BE PERMANTLY STAINED OR
DAMAGED BY SUCH CONTACT OR BY CLEANING METHODS REQUIRED TO
REMOVE SEALANT SMEARS, REMOVE TAPE IMMEDIATELY AFTER TOOLING
WITHOUT DISTRUBING JOINT SEAL,
4, INSTALL SEALANT BACKINGS OF TYPE INDICATED TO SUPPORT SEALANTS
DURING APPLICATION AND AT POSITION REQUIRED TO PRODUCE
CROSS -SECTIONAL SHAPES AND DEPTHS OF INSTALLED SEALANTS
RELATIVE TO JOONT WIDTHS THAT ALLOW OPTIMUM SEALANT MOVEMENT
CAPABILITY. DO NOT LEAVE GAPS BETWEEN ENDS OF SEALANT BACKINGS.
DO NOT STRETCH, TWIST, PUNCTURE, OR TEAR SEALANT BACKINGS.
5, INSTALL BOND -BREAKER TAPE BEHIND SEALANTS WHERE SEALANT
BACKINGS ARE NOT USED BETWEEN SEALANTS AND BACKS OF JOINTS,
S. PLACE SEALANTS SO THEY DIRECTLY CONTACT AND FULLY WET JOINT
SUBSTRATES, COMPLETELY FILL RECESSES IN EACH JOINT
CONFIGURATION.
7, IMMEDIATELY AFTER SEALANT APPLICATION AND BEFORE SKINNING OR
CURING BEGINS, TOOL SEALANTS ACCORDING TO REQUIREMENTS
SPECIFIED BELOW TO FORM SMOOTH, UNIFORM BEADS OF
CONFIGURATION INDICATED; TO ELIMINATE AIR POCKETS; AND TO ENSRE
CONTACT AND ADHESION OF SEALANT WITH SIDES OF JOINT,
S. CLEAN OFF EXCESS SEALANT OR SEALANT SMEARS ADJACENTTO JOINTS
AS THE WORK PROGRESSES BY METHODS AND WITH CLEANING MATERIALS
APPROVED IN WRITING BY MANUFACTURERS OF JOINT SEALANTS AND OF
PRODUCTS IN WHICH JOINTS OCCUR,
SOUTH ELEV. - BLDG. A -OPERATIONS BLDG.
NORTH ELEV. - BLDG. A -OPERATIONS CENTER
EAST ELEV. - BLDG. A -OPERATIONS BLDG.
WEST ELEV. - BLDG. A -OPERATIONS BLDG.
TEXAS REGISTERED
ENGINEERING FJRM F - 6498
y
N
y
Ncu
C
_ '�
N +V. c9 7
z' C N V U
O .
O
Y
E
N CL c
> C� +'—
Q
N E 3 m
Lac 3o
H
O
N
O O O C
cc N cm
rn
•. rn a� Q) E
O
U n
O.
w -0
U
w
M
O
M
O
O
N
�
m
O
U
Z
M
M
}
m
U
LU
O
Z
0
Lu
d
Q
�
�
0
U)
W
J_
U
LLLL
U)
_O
J H W
Q W CM
�0��
002UX
Ou
J Z ~
Y Q Z) Y
w05 .0
0coZWm
R1.02
OF
4
r
TT
i
❑% ® ® I
l
4 � fill
l ® m
RWMJ s5 r`+
P Ai
0 o
PROJECT FOR
LUBBOCK POWER AND LIGHT
MUNICIPAL HILL OPERATIONS FACILITIES
404 E. MUNICIPAL DRIVE
LUBBOCK, TX 79403
PROJECT NO. 20140303-48
Contractor shall verify all
substrates, dimensions,
penetrations, curbs, etc.
those shown are typicalCn
but may not be all inclusive.
z
m M
� Cn
z �
r
3 m
T 0 INDUSTRISWNC.
m
DATE: 03/03/14
DRAWN BY: CB
r I
Copyright 2014 by Armko Industries
I
�N
w
M
�a
• �N
w
�N
ow
P
NCB
�N
.w
HIM
'Ow
� 0
PROJECT FOR
PROJECT NO. 20140303-48
Contractor shall verify all
z
LUBBOCK POWER AND LIGHT
substrates, dimensions,
penetrations, curbs, etc.
m m
m
4h. 0 o
MUNICIPAL HILL OPERATIONS FACILITIES
DATE: 03/03/14
those shown are typical
z
n M
IN
404 E. MUNICIPAL DRIVE
but may not be all inclusive.
2 m
DRAWN BY: CB;0
LUBBOCK, TX 79403
im
1.0 ��®OJ�901E�,V6��.
Copyright 2014 by Armko Industries