Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-13-09-12-H7 - 9/12/2013
RESOLUTION NO. R -13-09-12-H7 WHEREAS, the City of Round Rock has duly advertised for bids to purchase certain on-site services in the nature of general building construction trades services (roofing repair and replacement) to be performed on a City -owned and City -occupied building, and to purchase goods and services related to roofing repairs and replacement; and WHEREAS, QA Construction Services, Inc. has submitted the lowest responsible bid; and WHEREAS, the City Council wishes to accept the bid of QA Construction Services, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Police Department Roof Repair and Replacement With QA Construction Services, Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 12th day of September, 2013. ALAN MCGRAW, Mayor City of Round Rock, Texas SARA L. WHITE, City Clerk 0112.1304,00281657 EXHIBIT «A„ CITY OF ROUND ROCK AGREEMENT FOR POLICE DEPARTMENT ROOF REPAIR AND REPLACEMENT WITH QA CONSTRUCTION SERVICES, INC. THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS KNOW ALL BY THESE PRESENTS: THAT THIS AGREEMENT for on-site services in the nature of general building construction trades services (roofing repair and replacement) to be performed on the building occupied by the City's Police Department, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the day of the month of September, 2013 by and between the CITY OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and QA CONSTRUCTION SERVICES, INC., a Texas Corporation whose address is 5811 Blue Bluff Road, Austin, Texas 78724 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase certain on-site services in the nature of general building construction trades services (roofing repair and replacement) to be performed on a City - owned and City -occupied building, and to purchase goods and services related to roofing repairs and replacement, and City desires to procure same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated 00279290/ss2 Solicitation Number 13-030, Specification Number 13-770-26; 770-61 and 770-72; 914-73 ("IFB"); (b) Services Provider's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. This Agreement shall termination upon the successful completion of all services as set forth herein and in Exhibit "A." C. Prices shall be firm for the duration of this Agreement. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 2 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the services as outlined in the IFB Solicitation Number 13-030, Specification Number 13-770-26; 770-61; 770-72 and 914-73; and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Services Provider in its Response to the IFB. The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Exhibit "A" are awarded to Services Provider. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically IFB 13-030, Specification No. 13-770-26; 770-61; and 770-72 dated June 2013). Services Provider has issued its response agreeing to provide all such required services in all specified particulars. All such referenced documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS Bid costs listed on Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Services Provider. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; 3 C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Services Provider a written notice of termination at the end of its then current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or 4 B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all insurance requirements as stated in the attached IFB, including all attachments and exhibits thereto, and Services Provider's bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: 5 Pete Dominguez, Facilities Manager City of Round Rock 212 Commerce Cove Round Rock, Texas 78664 512-341-3144 pdoininguez(ci roundrocktexas.gov 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. 6 B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 7 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: QA Construction Services, Inc. 5811 Blue Bluff Road Austin, Texas 78724 Notice to City: Steve Norwood, City Manager 221 East Main Street AND TO: Round Rock, TX 78664 Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 8 24.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. 9 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas QA Construction Servi -.s, Inc. By: By: Printed Name: Prin -d Name: „'1,1-V Title: Title: A91/.if'G — Date Signed: Date Signed: f/ 57/� Attest: By: Sara L. White, City Secretary For City, Approved as to Form: By: Stephan L. Sheets, City Attorney 10 SOS EXHIBIT „A„ CITY OF ROUND ROCK SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 INVITATION FOR BID POLICE DEPARTMENT ROOFING REPAIR AND REPLACEMENT PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks an Agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as "Respondent", to provide all labor, equipment and materials for the repair and replacement of the Round Rock Police Department roofing. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time of release of the solicitation, shall govem unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.gov/home/index.asp?pa qe=463. 2.1. Any acceptance to or additional terms and conditions attached to the response will not be considered unless respondent specifically references them on the front of the Solicitation Document. WARNING: Exception to or additional terms and conditions may result in disqualification of the response. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at: http://www.roundrocktexas.gov/home/index.asp?page=463. 4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Reference Sheet 4.2. Attachment B: Sample Installation Sites 4.3. Attachment C: US Environmental Protection Agency Energy Star Qualifications 5. CLARIFICATION: For questions or clarifications of specifications, you may contact: Joy Baggett Purchasing Department City of Round Rock Telephone: 512-218-6682 jbaggett@roundrocktexas.gov The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 6. RESPONDENT REQUIREMENTS: The opening of a solicitation shall not be construed as the City's acceptance of such as qualified and responsive. 1 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 6.1. Respondents shall be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 6.2. Respondent shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient senace to the City. 6.3. Respondent warrants and agrees that all materials supplied hereunder shall be manufactured and produced in compliance with the laws, regulations, codes, terms, standards, and/or requirements of Underwriter's Laboratories Incorporated, all Federal, State, and local authorities, and all other authorities having jurisdiction, and that performance of goods shall be in accordance with the above laws, regulations, codes, terms, standards, and/or requirements, and agrees upon request, to furnish the City a certificate of compliance therewith in such forms as the City may require. 6.4. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with foreign vendors, Respondent shall be located within the United States. 7. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or delete any portion of the response, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 7.1. Purchase price; 7.2. Reputation of Respondent and of Respondent's goods and services; 7.3. Quality of the Respondent's goods and services; 7.4. The extent to which the goods and services meet the City's needs; 7.5. Respondent's past relationship with the City; 7.6. The total long-term cost to the City to acquire the Respondent's goods or services; 7.7. Any relevant criteria specifically listed in the solicitation. 8. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single award, split awards, non -award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas.qov/home/index.asp?page=463. 9. ACCEPTANCE: Acceptance inspection should not take more than thirty (30) working days from completion of scope of work outlined herein. The vendor will be notified within this time frame if the goods delivered are not in full compliance with the specifications. If any agreement or purchase order is canceled for non-acceptance, the needed good may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 10. QUANTITIES: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum volume is made or implied. The City shall only order the goods or services needed to satisfy operating requirements within budgetary constraints, which may be more or less than indicated. 11. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late 2 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 11.1. There is a bona fide dispute between the City and Vendor conceming the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 11.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 11.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers conceming supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 11.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 12. INVOICING: City shall pay for work completed and accepted with receipt of correct invoice from successful Respondent per the City's Prompt Payment Policy. No mobilization fees or deposits shall be paid. 13. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood .and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) June 11th, 10:00 AM Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 On site cell phone: 512-801-6989 1.3. Deadline for questions 1.4. City responses to all questions or addendums 1.5. Responses for solicitation due by 3:00 PM May 31, 2013 June 11, 2013 June 13, 2013 June 18, 2013 June 25, 2013 All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on our webpage, http://www.roundrocktexas.qov/homelindex.asp?paqe=463. Questions shall be submitted to the City contact named herein. 3 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 The City reserves the right to modify these dates. Notice of date change will be posted to the City 's website. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/home/index.asp?page=463 for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 3. PRE -SOLICITATION MEETING, SITE VISIT AND INSPECTION: A pre -solicitation meeting, site visit and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The site visit and inspection will immediately follow the pre -solicitation meeting. The pre -solicitation meeting will be conducted on: June 11th, 10:00 AM Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 3.1. The City considers this pre -solicitation meeting mandatory. The City reserves the right to determine a response "not available for award" if the Respondent fails to attend this pre - solicitation meeting. Respondents shall sign -in at the pre -solicitation meeting to document their attendance. 3.2. Respondents are encouraged to bring a copy of the solicitation document with them to the meeting. 3.3. Respondents are required to provide their own transportation for the site inspection. 3.4. It is the responsibility of the Respondent to examine the facility, determine quantity, amounts, take precise measurements, material requirements and other solicitation related details during said inspections. 3.5. Repeat visits to the facility will not be permitted. 4. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if return address is provided. 4.5. Responses cannot be altered or amended after opening. 4.6. No response can be withdrawn after opening without written approval from the City for an acceptable reason. 4 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 4.7. The City will not be bound by any oral statement or offer made contrary to the written specifications 5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but riot be limited to the following: 5.1. Provide City contact(s) information for implementation of agreement. 5.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. SCOPE OF WORK: Successful Respondent shall provide all labor, equipment and materials for the repair and replacement of the Round Rock Police Department roofing. 2. LOCATION: The Round Rock Police Department is located at: Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 3. ROOF SURFACE AREA: The estimated roof surface area is 126,000 square feet. Respondents are responsible for taking their own measurements as noted during the mandatory pre -solicitation conference. No allowance shall be made for overages. 4. ENERGY STAR REQUIREMENTS: The City is participating in the Oncor Government Facilities Program (GFP): Energy Efficiency Incentives. In addition to the specifications outlined herein, the roofing shall meet or exceed the conditions set forth by the US Environmental Protection Agency Energy Star qualifications. Energy Star system requirements can be found in Attachment C herein. 5. ROOF COLOR: The preferred color of roof material is white. 6. ROOF PREPARATION: Respondent's cost proposal shall include all existing roof surface preparation including but not limited to: 6.1. Repairing existing blisters and insulation as needed; 6.2. Installing one layer of one -inch (1") poly board over the existing roof; 6.3. Preserving existing drain elevations; 6.4. Correcting those areas that do not drain properly. These areas shall be identified at the pre - solicitation meeting. 7. ROOF INSTALLATION: Respondent shall: 7.1. Install roofing material onto the roof and 30 inches up onto the sides of the adjoining walls; 7.2. Use counter flashing and T bar as needed; 7.3. Preserve existing wall pads and re -install; 7.4. Loosen existing lightening rod protection system and re -adhere to new roof as needed; 7.5. Lift and reset existing heating, ventilation and air condition (HVAC) systems. 8. ROOF MATERIALS: Preferred material is Thermoplastic Polyolefin, however, the City may consider any alternate equivalent that meets with ASTM D 6878 standards. 5 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 8.1. Documentation of ASTM 6878 compliance shall be submitted with response. 9. SUBCONTRACTORS: Subcontractors shall not be used for the seances specified herein. 10. COMPLETION DATE: The scope of work identified herein shall be complete no later than one hundred -eighty (180) days from receipt of Work Authorization from City. 11. BONDING: At the time of award, successful respondent shall be required to execute a good and sufficient payment bond AND performance bond. All bonds and insurance required by the agreement shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the City and shall be issued by a surety which complies with the requirements of Art. 7.19-1, Texas Insurance Code (1997) and which is otherwise acceptable to the City. City may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. The bonds must be: 11.1. In the full amount of the contract price; 11.2. Conditioned that the contractor shall faithfully perform the contract; and 11.3. Bonds shall be executed and delivered to the City within 10 days of the award of contract; 12. WARRANTY: The goods and services shall be warranted against defects in material and workmanship for a period of not less than twenty (20) years beginning with the date of acceptance. If the manufacturer's standard warranty exceeds twenty (20) years then the manufacturer's warranty shall be in effect. 12.1. Respondent shall submit warranty information with response. 13. LIQUIDATED DAMAGES: Respondent shall understand and agree that the anticipated time to complete for the scope of work outlined here, which is one hundred -eighty (180) days, is a reasonable time for the completion of said work. If successful respondent neglects, fails or refuses to complete the work within this specified timeframe, without being granted a written extension by the City, and exceeds this timeframe, successful respondent shall pay to City $1,000 per day to City as liquidated damages until said work is complete. Amount shall be deducted from balance due successful respondent. 6of9 Tab #1 Tab #2 Tab #3 Tab #4 Tab #5 Tab #6 Tab #7 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 PART IV RESPONSE REQUIREMENTS The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one (1) executed (signed) original and three (3) copies of each response. For your bid to be responsive, all required attachments identified below shall be submitted with your proposal. The Samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City unless the Respondent provides a return envelope and postage. 1. Responses shall be submitted on itemized, signed Solicitation Document provided herein. Failure to itemize or sign solicitation may result in disqualification. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govem. 2. Attachment A: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal. and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (Attachment A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 3. Respondent shall provide detailed warranty information. 4. Respondent shaft provide proof of insurance in the form of an Acord Certificate. 5. Respondent shall provide proof of bonding capacity as specified herein. Actual bonds shall be executed and delivered to the City within 10 days of the award of contract. Pricing on bid sheet shall be inclusive of bid bonds as specified herein. 6. Respondent shall provide professional certification information. 7. Respondent shall provide product specification information. Product sheets may be included along with ASTM and Energy Star compliance information. 8. Respondent shall provide three (3) sample installation sites of similar roofing systems within 120 miles of Round Rock. Information shall contain the site address, client name, active telephone number and valid e-mail address. City may visit these sites and speak to these clients prior to making an award. Attachment B is herein provided for this information. 7 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770.61.770-72.914-73 DATE JUNE 2013 PART V CONFIDENTIALITY OF CONTENT All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, fumish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attomey General of Texas for final determination. 8 of 9 C• IT •N NF•• •k; ROUND ROCK. TEXAS gt,ION r, caw[ BID" FORM — PAGE 112 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #13-030 Solicitation Name: Police Department Roof Replacement and Repair Opening Date: Opening Time: Opening Location: June 25, 2013 On or Before 3:00 PM CST City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRST TIME RESPONDING TO CITY OF ROUND ROCK? '��'IZiP► rl-7����I►I3i • � ��iL Tax ID Number: Business Name: Address: Address: Contact: Telephone: Entity Type: E-mail: Newspaper City's Website E-mail Announcement ESBD Fl Other Yes No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? Yes No Register at: roundrocktexas.gov/VendorCentral Item # Item Name Unit Of Measure Estimated Quantity Cost Per Square Total Cost 1 Police Department Roof Repair and Replacement SF 126,000 Total Cost Completion in Days ►T4V I[i ► Mi ROUND ROCK, TEXAS BID` FORM — PAGE 2/2 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 By the signature hereon affixed, the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I, #14 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? Yes No Response shall include one (1) signed original and three (3) copies of response. Printed Name Failure to sign response will disqualify response. Authorized Signature Date SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770.61.770-72.914-73 DATE JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Govemment agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, ZIp Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zap Code Telephone Number Fax Number: Fax Number: ( Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 9 of 9 ATTACHMENT B Name of Respondent: rr:rrr. AhriflIFIMPZI a 0 a a H WNIMIMITZ r_t:rrifsr ient an • Contact Na Attachment C Oncor Government Facilities Program (GFP): Energy Efficiency Incentives — Energy Star roofing requirements Introduction Government Facilities Program Oncor's Government Facilities Program (GFP) was created to help city and county governments reduce energy use and expenditures through energy efficiency upgrade projects. The no -cost program is available to local government entities in Oncor's service area. Oncor's GFP helps organizations minimize the impact of volatile energy costs, ease budget pressures, and improve infrastructure by transforming how they think and act toward energy use. It educates organizations on energy management, bridges the communication gap between energy managers and finance officials, and provides technical and communications assistance to evaluate opportunities and publicize successes. Incentives vary between $69-$251 per kW and $0.02-$0.08 per kWh, depending on measure type. Incentives are paid on a first come, first served basis until the annual budget is exhausted. Incentives are calculated using the deemed energy savings figures from the Texas Public Utilities Commission. Payment amounts vary with the size of the project. US Environmental Protection Agency Energy Star° ENERGY STAR° is the trusted, government -backed symbol for energy efficiency helping us all save money and protect the environment through energy-efficient products and practices. The ENERGY STAR° label was established to: • Reduce greenhouse gas emissions and other pollutants caused by the inefficient use of energy; and • Make it easy for consumers to identify and purchase energy-efficient products that offer savings on energy bills without sacrificing performance, features, and comfort. Products can earn the ENERGY STAR° label by meeting the energy efficiency requirements set forth in ENERGY STAR product specifications. EPA establishes these specifications based on the following set of key guiding principles: • Product categories must contribute significant energy savings nationwide. • Qualified products must deliver the features and performance demanded by consumers, in addition to increased energy efficiency. • If the qualified product costs more than a conventional, Tess -efficient counterpart, purchasers will recover their investment in increased energy efficiency through utility bill savings, within a reasonable period of time. • Energy efficiency can be achieved through broadly available, non-proprietary technologies offered by more than one manufacturer. • Product energy consumption and performance can be measured and verified with testing. • Labeling would effectively differentiate products and be visible for purchasers. Energy Star Roofing ENERGY STAR° qualified roof products reflect more of the sun's rays. This can lower roof surface temperature by up to 100°F, decreasing the amount of heat transferred into a building. The installation of an ENERGY STAR° Roof decreases the roofing heat transfer coefficient and reduces the solar heat transmitted to the building space. During months when cooling is required in the building, this measure decreases cooling energy use. Qualified roof products can help reduce the amount of air conditioning needed in buildings, and can reduce peak cooling demand by 10-15 percent. Roof products originally qualified for the ENERGY STAR° label in February, 1999. Product submissions must include initial emissivity data for all existing and new products. All new products cannot be cleaned prior to the three year test. Reflectivity requirements differ for low -slope and steep -slope roofs. The ENERGY STAR° energy -efficiency criteria do not include a specification for roof insulation. Oncor Government Facilities Program (GFP) Requirements The measure demand and energy savings are calculated based on the roof area above conditioned space, change in heat transfer coefficient and cooling equipment efficiency. In order for a municipality participating in the GFP to obtain incentive rebates the roof retrofit project must meet the following conditions: 1) Roof materials applied to a roof with a slope of 2/12 or Tess only 2) Reflectivity must be at least 65% after three (3) years 3) Gravel should not be layered on top of the Energy Star Roof 4) Have at least a 10 -year -life 5) and be listed at: http://www.energystar.gov/index.cfm?c=roof prods.pr roof products 6) CLEAResult and Oncor will make final determination of whether ES roofing material qualifies for program incentives The following steps comprise the simplified M&V procedure for ENERGY STAR° Roof installations. 1. Collect data characterizing the existing roofing area: square footage of conditioned roofing (roofing plan with dimensions required), amount of insulation, amount of slope, and the reflectance of the current roof. Identify the type and rated efficiency of the cooling equipment in the building. Provide roof core samples of the existing roof. 2. Document the installed ENERGY STAR° Roof reflectance coefficient and insulation value of the newly installed roof. 3. Based on the characteristics of the existing roof, newly installed roofing, and cooling equipment determine the annual demand and energy savings using the Roof Savings calculation spreadsheet (E5.xls). Post -installation Survey The Service Provider should provide manufacturer's data for the ENERGY STAR° Roof: specifically the solar reflectance, both initial and after three (3) years, the insulating value, and the rated life of the installed roof. These data are required as part of the Installation Notice (IN). Post -installation Inspection Oncor or its contractor will conduct a post -installation inspection to verify the documented characteristics of the building: roof area above conditioned space, slope, insulation, reflectivity and cooling equipment type. Oncor will make any necessary corrections to the reported conditions based upon the results of the inspection. If the Project is comprised of many small installations, Oncor will inspect a randomly selected sample of the ENERGY STAR° Roof installations completed by the Service Provider. CALCULATION OF ENERGY SAVINGS Oncor uses the ASHRAE heat balance method. ATTACHMENT A CITY OF ROUND ROCK INSURANCE REQUIREMENTS 1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder, its agents, representatives, volunteers, employees or subcontractors. 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1. General Liability Policy 1.2.2. Automobile Liability Policy 1.2.3. Worker's Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance 1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 1.3.5. Policies shall include, but not be limited to, the following minimum limits: 1.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 1.3.5.3. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 1.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 1.5. Vendor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following provisions: 1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 1.5.2. Name the City and its officers, employees, and elected officials as additional insured's, (as the interest of each insured may appear) as to all applicable coverage. 1.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1.5.6. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. 1.5.7. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 1.5.8. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 1.5.10. All notices shall be mailed to the City at the following addresses: Assistant City Manager City of Round Rock 221 East Main Round Rock, TX 78664-5299 City Attorney City of Round Rock 309 East Main Round Rock, TX 78664 6. WORKERS COMPENSATION INSURANCE 6.1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 6.1.1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation 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. 6.1.2. 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 OWNER. 6.2. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 6.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that 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. 6.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 6.5. 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 OWNER showing that coverage has been extended. 6.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: 6.6.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and 6.6.2. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 6.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 6.9. 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. 6.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: 6.10.1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; 6.10.2. 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 a project, for the duration of the project; 6.10.3. 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; 6.10.3.1. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 6.10.3.1.1. a certificate of coverage, prior to the other person beginning work on the project; and 6.10.3.1.2. 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 6.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar 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 6.10.3.4. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the certificates of coverage to be provided to the person for whom they are providing services. 6.10.3.5. By signing the solicitation associated with this specification, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor 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 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. 6.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. BID' FORM — PAGE 1/2 PURCHASING DEPARTMENT 221 E. Main Street Round Rock, Texas 78664-5299 Solicitation Number: Solicitation Name: Opening Date: Opening Time: Opening Location: #13-030 Police Department Roof Replacement and Repair June 25, 2013 On or Before 3:00 PM CST City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEA ABOUT 'MS "SOLICITATION?;` FIRSTTIME RESPONDING TO CITY OF ROUND ROCK? Newspaper n Yes I" I No City's Website Tax ID Number: Business Name: Address: Address: Contact: Telephone: Entity Type: E-mail: erg E-mail Announcement IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? ESBD —1 Other Yes n No Register at: roundr, ?t xas.=;ov std zttr Item # Item Name Unit Of Measure Estimated Quantity Cost Per Square Total Cost 1 Police Department Roof Repair and Replacement SF 126,000 7- .,7; 1289 0OQ0� Total Cost 000 c' 11;:ge,,_ K- 'a j Completion in 470 Days BID'S FORM — PAGE 2/2 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 By the signature hereon affixed, the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept at terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be dearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I.. 4 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? Yes No Response shall include one (1) signed original and three (3) copies of response. Printed Name C? 0 71.-ef Failure to sign response will disqualify response. Citentand Contact Name Name of Respondent: L ATTACHMENT B SAMPLE INSTALLATION SITES For Solicitation #13-030 Police Department Roof Replacement iT IdressofSite elephon fait Address ei05 ,r/ifr ! r 5/2-" 7/1"-4, weS --mrd" 67/t?/ fp 0" Lok ! Cif Client and ContactName Address ofSite rr. fr tnrC�� mallAddreasi s JOS Ec;.5-4' 0 rd rt -t"6714 fotiry - 6 `T6 -35,-gill rc ii Loosi- dress of Site eft ph ERilaitAddress` fs S /71;!S?1 i 7‘ 51 %- -9 I >+ t' +4-eGu cuter ettldrance ( dos) SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: j�-O. 570 RESPONDENT'S NAME: On �? A/C/i.: / Wf�i57. J DATE: 6/1/7.-C7/35 Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number Las- Z -7474/& ( 4 5-7/7),44,. )7Z)h-2141,pkIZOWFax Number: ( lexi _ki ,4r `7"111-.0 C ) J /3--5557 Fax Number: 1 1 f,jje_fkr n e J , f 7,l (2/0 ) 9)G,0.0e677 Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 9 of 9 SOLICITATk3N NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: /3"a 0. / RESPONDENT'S NAME: 1 t ?'Y C n U�r ; DATE: 1 Z`il/ 7U/3 Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1 Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number ////1.s Ow 4,4 arte tel --q/14/7 (`BIZ ) e5U 5 _ f Fax Number: ( iier/r'Ci ( an°K 'Pr's "re.//4(.' (i? ) Q/q—/1/3 Fax Number: ( fr/rl y /k (";4171e -/--- LAIC/ N. 7 / (5/Z le 5"1-0 0 vv Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 9 of 9 QA Construction Services, Inc. 5811 Blue Bluff Rd Austin, TX 78724 512-637-6124 Oscar@qasystems.com To Whom It May Concern: Please be advised that QA Construction Services, Inc. has bonding capabilities and uses the services of John Buchanan CPCU,CIC,CRM with BRIA Insurance & Risk Consultants Capital of Texas Plaza/ 9015 Mountain Ridge Drive, Suite 350, Austin TX 78759 ph. 512-343-1106 ext. 2009. Mr. John Buchanan will be happy to answer and of your concerns about our bonding capabilities. QACON-1 OP ID: CB AtRl CERTIFICATE OF LIABILITY INSURANCE DATEit25/20YYYYJ 06125!2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERCONTACT Phone:512-343-1106 BRIA Ins. & Risk ConsultantsFAX P.O, Box 10388 Fax: 512-343-1864 Austin, TX 78766-1388 John Buchanan NAME: /718 ",70 o EId : (NC, Noy: E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A :Texas Mutual Ins. Co. 22945 INSURED QA Construction Services, Inc. 3267 Bee Caves Rd, Ste 107-514 Austin, TX 78746 INSURER B: EACH OCCURRENCE i 5 -LAMA&, INSURER C: 5 INSURER D: I CLAIMS•MADE 1 OCCUR INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LIR TYPE OF INSURANCE ADDL. INSR SUER YAM POLICY NUMBER POLICY EFF I POLICY EXP (41M/DDIYYYYI' IMMIDD:YYYY) LIMITS GENERAL LIABILITY 1 COMMERCIAL GENERAL LIABILITY - EACH OCCURRENCE i 5 -LAMA&, E IU HEM EU PREMISES (Ea occurrence) 5 I CLAIMS•MADE 1 OCCUR MED EXP (Any one person) 1 5 J PERSONAL 8 ADV INJURY GENERAL AGGREGATE S__ 5 GEN'!. AGGREGATE LIMIT APPLIES PER: � t I POLICY I ( I jEr— T f LOC PRODUCTS - COMP/OP AGG ( 5 I S AUTOMOBILE LIABILITY --I ANY AUTO -I AUTOS OWNEDS ALL r HIRED AUTOS ^NON SCHEDULED -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) �S BODILY INJURY (Per person) 15 BODILY INJURY (Per accident) 1 S PROPERTY DAMAGE S (Per accident) I5 ^ UMBRELLA LIAB EXCESS LIAB _I OCCUR CLAIMS -MADE EACH OCCURRENCE 5 AGGREGATE i5 DED I 1 RETENTION 5 i 5 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE CFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y /" N / A TSF0001178306 03/29/2013 ` 03/29/2014 ✓dc STATU- DTH - X (TORY LIMITS I Pal E.L. EACH ACCIDENT i $ 1,000,000 E.L. DISEASE - EA EMPLOYEE 5 1,000,000 E.L. DISEASE • POLICY LIMIT I S 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 10t, Additional Remarks Schedule. II more space is required) Workers Compensation policy includes a Blanket Waiver of Subrogation for any person or organizatin for whom the Named Insured has agreed by written contract to furnish this waiver. CERTIFICATE HOLDER CANCELLATION ROUNDO5 City of Round Rock Attn: Assistant City Manager 221 East Main Street Round Rock, TX 78664-5299 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A9Rb® CERTIFICATE OF LIABILITY INSURANCE k.....----'6/25/2013 DATE(MM/DDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lily Gutierrez Insurance Agency 17 Treemont Drive Austin, TX 78746 NAMEACT Lily Gutierrez PE o. exo• 512-637-6120 �,,"'Ic N,), 512-637-8811 EMAIL ADDRESS: 1g utierrez3 austin.rr.com INSURER(S)AFFORDING COVERAGE NAIC it INSURERA: First Mercury Insurance INSURER B : Progressive County Mutual Insurance 10657 29203 INSURED QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78746 INSURER C: Torus National Insurance Company 01/23/2014 EACH OCCURRENCE INSURER D : INSURER E : DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AINWD SUBR POLICY NUMBER POLICY EFF {MM/ODlYYYV} POLICY EXP (MMlOD/YYYYI LIMITS A x COMMERCIAL GENERAL UABILITY x x TX -CGL -0000004607-01 01/23/2013 01/23/2014 EACH OCCURRENCE $ 1,000,000 L___, CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) S • 50,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENII AGGREGATE LIMIT APPLIES PER:GENERAL POLICY X JECT LJ LOC I 1 OTHER: AGGREGATE s 2, 000,000 PRODUCTS-COMP/OPAGG 5 2,000,000 Designated Projects s 5,000,000 AUTOMOBILE LIABILITY B X 1 ANYALL AUHTO OWNED -1 SCHEDULED AUTOS ;AUTOS HIRED AUTOS I NON -OWNED HIj x x 04343705 09/12/2012 09/12/20131E_Is COMBINED SINGLE LIMIT auident) s 1,000,000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) 5 PROPERTYDAMAGEAGE 1Peraccidenl) 5 50,000 5 C _) UMBRELLA UAB 1 X ' OCCUR x EXCESS UAB I I CLAIMS -MADE X X 57465C130ALI 05/31/201305/31/2014 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 l DED 1 I RETENTIONS $ WORKERS COMPENSATION EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNERJEXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes. describe under DESCRIPTION OF OPERATIONS below N / A PER FR I STATUTE I 1 ER E.L. EACH ACCIDENT S E.L. DISEASE • EA EMPLOYEE ------ E.L. DISEASE - POLICY LIMIT $ -�------�---__----- $ DESCRIPTION OF OPERATIONS/LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is requl ed) Project: Police Department Roofing Repair and Replacement CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 East Main Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Lily Gutierrez ACORD 25 (2013/04) © 1988-2013 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Qi\ Construction Services, lnc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Current Projects Travis County Del Valle Correctional Bldg 140 Roof Replacement Contract Amount: $ 537,745.00 Contact: Mark Stefanov Contact Phone#: 512-854-5321 Start Date: 12/26/2012 Completion Date: 03/15/2013 Highlights Gametime Grill New Roof Contract Amount: $ 110,000.00 Start Date: 2/4/2013 Completion Date: 03/8/2013 Past Projects Jourdanton ISD Jourdanton Middle School Renovations Sabina) Group Contract Amount: $ 615,000.00 Start Date: May 7, 2012 Completion Date: November 15, 2012 South Austin Recreation Center Roof Replacement Owner: City of Austin Parks and Recs GC: Rain King Contract Amount: $ 183,398.00 Estimated Completion Date: October 31, 2012 Tiger Tote- Shiner New Construction — new roof Contract Amount: $ 70,000.00 Completion Date: October 15, 2012 San Felipe Del Rio CISD Little Theatre Roof Replacement Freshman Gym Roof Replacement Architect: John Graves and Associates Contract Amount: $ 170,000.00 Completion Date: October 15, 2012 Kingsville ISD Various Schools Roof Repairs Contract Amount: $ 50,000 Completion Date: September 1, 2012 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Llano ISD Vanguard Contractors Administration Building Reroof Contract Amount: $280,000.00 Start Date: March 27, 2012 Completion Date: June 15, 2012 Travis County East Command Center Roof Replacement Contract# B110308 -JE Contract Amount: $ 669,975.00 Start Date: January 1, 2012 Completion Date: April 25, 2012 Travis County 700 Lavaca Upper Roof Replacement Contract# 11 K00266JE Contract Amount: $ 525,000.00 Start Date: January 1, 2012 Completion Date: April 25, 2012 Lincoln Heights The Whiting Turner Contract Company Contract Amount: $ 237,040.00 Start Date: July 5, 2011 Estimated Completion Date: Nov 30, 2011 Camp Swift Training Site Owner: Adjutant General's Office Contract Amount: $162,875.00 Start Date: October 2011 Completion Date: November 30, 2011 Contact: John Besser — 512-782-5277 Camp Swift UTES #3 Owner: Adjutant General's Office Contract Amount: $ 108,950.00 Start Date: October 2011 Completion Date: November 30, 2011 Contact: John Besser — 512-782-5277 Travis County TCJ Roof Walls Weatherization Project Contract Amount: $1,514.927.00 + Start Date: January 3, 2011 Completion Date: September 15, 2011 Percent Complete: 100% Contact: Mark Stefanov - Engineer Contact Phone#: 512-854-5321 Hays CISD Roofing and Related Work Various Campuses Contract Amount: $ 396,805.00 QA Construction Services, Inc. 5811 Blue Bluff Roacl Austin, TX 78724 Phone: (512) 637-6121) Fax: (512) 637-8811 Start Date: July 1, 2011 Completion Date: August 20, 2011 Contact: Tina Constable 512-268-2141, ext. 6088 Travis County Travis County — Re -Roof of Designated Areas at the Gardner Betts Juvenile Center Contract No.: 10K00078JT Garland Rep: Sam Heffernan: 512-789-4048 Travis County Contact: John Carr — 512-844-2821 Completion: August 31, 2010 Contract Amount: $580,000.00 American Cancer Society Re -Roof Contract Amount: $400,000.00 2433 Ridgepoint Dr Austin, TX 78754 Tremco Rep: Stratton Flett: 512-784-8717 ACS Main Contact: Jeff Bullock — 512-919-1813 Completion Date: Feb 2010 American Income Marketing Services Re -Roof AIMS building Contact: Bryan Hendrix (405) 749-7448 Contract Amount: $371,950.00 Start Date: 10/4/2010 Completion: 12/4/2010 Luling ISD Stephanie Timms 830-875-3191 Luling ISD Junior High Roof Replacement From / To 02/15/2008 Roof Repair and Replacement Contract Amount $400,000.00 Texas School for the Deaf Mike Walters 512-848-5557 Phase 2 Re -roof of 8 buildings From / To Aug 10/3/08 Tear off and 4GIG with Gravel Surface SBS base and metal flashings Contract Amount $477,330.00 Hillcrest Baptist Medical Center — Waco, TX Mike Dorsey 210-219-9098 Hillcrest Baptist Medical Center Roof renovations with SBS modified granular surface with Energy Star coating Various project last 3 years SBS modified roof with Energy Start Coating Contract amounts $670,000 GC Embree Construction Cory Dealz 512-819-4793 Capital One Bank roof replacement of 13 branch banks - Austin/San Antonio and rural areas QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 From / To Aug — Jan 2008 Contract Amount 5877,178.00 Hays CISD Ken Myer 210-744-4884 Re -Roof of High School Gym, Band Hall, Cafeteria and Science wing From / To 8/22/2008 SBS modified roof with Energy Start Coating Contract Amount 5773,540.00 Project last 5 years Hillcrest Tower Project Amount: 5175,150.00 Completion Date: 08/31/2005 Hewitt Clinic Owner: Hillcrest Baptist Medical Center Project Amount: 562,370.00 Completion Date: 08/31/2005 Metz Recreation Center —Renovations and Additions Owner: City of Austin Project Amount: 556,000.00 Completion Date: 08/31/2005 Capital Metro — Renovations and Additions Project Amount: 561,125.00 Completion Date: 08/31/2005 University of Texas Catwalk Owner: University of Texas Contract Price: $44,495.95 Completion Date: 08/31/2005 Speak Easy (412 Congress) Owner: The Olsen Company Contract Price: 5143,600.00 Completion Date: 10/31/2005 DeZavala Elementary — Additions and Renovations Owner: San Marcos CISD Project Amount: 5187,200 Completion Date: 11/30/2005 Project: Western Canyon Regional Water Project Owner: Guadalupe Blanco River Authority 4775 South Crains Mill Canyon Lake, Texas 78133 Contractor: Cajun Constructors Inc. Contract Price: 569,000 Lincoln Heights Shopping Center- San Antonio, Texas Owner: Reata Property Management Co. QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-612(1 Fax: (512) 637-8811 Contract Price: $129,610.00 Customer: TXDOT - Service Center Owner: Texas Department of Transportation Contract Price: $130,480.00 Completion Date: 05/31/2006 Contractor: FT Woods Austin Wine Merchant Owner: Miller Blueprint Contract Price: $39,000 Completion Date: 05/15/2006 100% completion with company's own force Travis County — Holt Building John Carr - 844-2821 Owner: Travis County Contract Price: $39,000.00 Completion Date: 07/14/2006 100% completion with company's own force The following projects were completed in 2007 GC Embree Construction Sonne Persons 512-819-4700 Capital One Bank roof replacement of 13 branch banks - Austin/San Antonio and rural areas From / To Aug — Jan 2008 New roof construction, built up and metal roofs Contract Amount $877,178.00 Hillcrest Baptist Medical Center Mike Dorsey 210-219-9098 Hillcrest Baptist Medical Center Roof renovations with SBS modified granular surface with Energy Star coating From / To 5/1/2007 — 9/30/2007 Roof renovations with SBS modified granular surface with Energy Star coating Contract amount $424,000 MGM Realty Mike Martens 210-219-9098 Steeplechase Condominiums Various Renovations — San Antonio, Texas From / To May —Aug 2007 Concrete tile roof replacement over ice and water shield Contract Amount $400,000 Workman Commercial Mike Uker 512-748-1058 Capital One - Blanco From / To Oct — Dec 2007 New roof construction, built up and metal roofs Contract Amount $97,150 Tremco WTI Stratton Flett 512-784-8717 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Vanity Fair, San Marcos Outlet Roof Restoration From / To Oct — Dec 2007 Urethane restoration with polyester reinforcement and Energy Star coating Contract Amount $ 303,045 Towers of Town Lake Association Johnny Bowles 512-477-8866 Towers of Town Lake Clay Tile Renovation From / To Nov 2007 Remove tile, install underlayment Contract Amount $80,000 Pennfield Austin, Inc. David Lawrence 512-413-6290 Penn Field Roof Replacement Building H From / To December 2007 Removal of metal roof and dispose of insulation and new roof installation Contract Amount $284,000 The following projects were completed in 2008 Serranos Restaurant Southpark Meadows David Quintanilla 512-923-7676 New Roof Construction From / To Jan 2008 New SBS modified roof system installation including metal roof Contract Amount: $70,000.00 Luling ISD Stephanie Timms Luling ISO Junior High Roof Replacement From / To 02/15/2008 Roof Repair and Replacement Contract Amount $400,000.00 Pearsall ISD Troy Summers 210-227-8127 New Roof and Roof Replacement of 3 buildings From / To Feb 15 - May 15, 2008 4GIG Gravel surface with SBS modified base flashing Contract Amount $285,000.00 Texas School for the Deaf Mike Walters 512-848-5557 Re -Roof of Building 8 From / To May 2008 Tear off pitch roof install 2 ply mop Contract Amount $85,750.00 Hays CISD Ken Myer 210-744-4884 Re -Roof of High School Gym, Band Hall, Cafeteria and Science wing From / To 8/22/2008 QA Construction Services, Inc. 5811 I3Iuc Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 SBS modified roof with Energy Start Coating Contract Amount $773,540.00 Texas School for the Deaf Mike Walters 512-848-5557 Phase 2 Re -roof of 8 buildings From / To Aug 10/3/08 Tear off and 4GIG with Gravel Surface SBS base and metal flashings Contract Amount $477,330.00 Marshall Construction Charlie Coffer 361-883-4369 IBC Bank — Leander new roof construction From / To Nov — Dec 2008 SBS Modified Roof Assembly Contract Amount: $147,500.00 DPR Construction Travis Roby 512-845-1793 Metroplex Women's Health Center Killeen new construction From / To Dec 2008 — Feb 2009 SBS modified roof installation Contract Amount $79,960 Projects 2009 Battle of the Flowers Association Barbara Harrison 210-828-8864 Re -Roof of warehouse buildings From / To Jan 2009 — Mar 2009 R -mer Lite metal roofing assembly Contract Amount $199,150.00 Workman Commercial John Kristofferson 512-326-9293 Capitol One Bank- Braker Lane New Roof Construction From / To May 2009 — Aug 2009 Energy Star and metal roof construction Contract Amount $102,000.00 Marshal Company Don Boyd 361-883-4369 IBC Bank — Govaile New Roof Construction From / To May 2009 — Aug 2009 SBS modified Roof Contract Amount $147,500.00 City of San Marcos Ken Claybourne 512.393.8403 kclaybourn@sanmarcostx.gov Repair of Metal and Membrane Roofs at City Facilities, Project No. 07-038A From / To July 2009 - Aug 15, 2009 Contract Amount: $200,000.00 SBS modified Energy Star roofs, standing seam metal roof QA Construction Services, inc. 5811 Blue Bluff Road Austin, Tx. 78724 Phone: (512) 63_-6120 Fax: (512) 637-8811 Comerica Bank GC: Structura Project Amount: $64,600.00 Completetion Date: December 2009 Projects 2010 American Cancer Society Re -Roof Contract Amount: $394,250.00 2433 Ridgepoint Dr Austin, TX 78754 Jeff Bullock — 512-919-1813 Completion Date: Feb 2010 Austin Community College Rio Grande Campus Contractor: Barlett Cocke Contract Amount: $ 222,457.00 Completetion Date: July 2, 2010 City of Austin Barton Springs Bath House Owner: City of Austin Contract Amount: $ 97,050.00 Completion Date: 5/2010 City of Cedar Park Library Contract Amount: $69,000 Completion Date: 6/2010 Ninfas Restaurant Houston, TX Owner: Cafe Services Contract Amount: $80,000 Completion Date: 6/2010 Travis County Travis County — Re -Roof of Designated Areas at the Gardner Betts Juvenile Center Contract No.: 10K00078JT Garland Rep: Sam Heffernan: 512-789-4048 Travis County Contact: John Carr — 512-844-2821 Completion Date: August 31, 2010 Contract Amount: $580,000.00 Bonding Company: Suretec Sarita Elementary Kenedy County Schools DBS, Inc. Kirk Henline: 866-327-0306 Contract Amount: $ 45,769.00 Completion Date: 9/15/2010 QA Construction Services, Inc. 5811 Blue Bluff (toad Austin, TX 78724 Phone: (5 12) 637-6121) Fax: (i 12) 637-8811 Old Del Rio Middle School San Felipe Del Rio CISD Mike Salinas: 830-778-4000 RF#10-09 Contract Amount: 115,000.00 Completion Date: 9/10/2010 Lamar Elementary — Moody Cafeteria Roof San Felipe Del Rio CISD Templeton Construction Jim Smith: 325-653-6904 Contract Amount: $87,500.00 Completion Date: 10/1/2010 Old Settlers Commons — Re -Roof Contractor: Wesport Group Contact: Ingrid Smart ismart(c�westport-group.com Contract Amount: $ 72,930.00 Completion Date: 10/15/2010 American Income Marketing Services Re -Roof AIMS building Contact: Bryan Hendrix (405) 749-7448 Contract Amount: $371,950.00 Start Date: 10/4/2010 Completion: 12/4/2010 Travis County Criminal Justice Center Contact: Fraser Gorrell Contract Amount: $ 75,000 Start Date: 12/10/2010 Completion Date: 12/15/2010 QA Construction Services, Inc. 5811 Blue Bluff -Road Austin, TX 78724 Phonc: (512) 637-6121) Fax: (512) 637-8811 Projects 2011 City of Austin — Northwest Recreation Center Contract Amount: $ 132,755.00 Start Date: January 3, 2011 Completion Date: Feb 18, 2011 General Contractor: Fazzone Construction Robert Evans: 512-331-4484 Capital One — Broadway San Antonio General Contractor: Embree Construction Start Date: 1/3/2011 Completion Date: 2/18/2011 Contract Amount: $ 73,000 Travis County Expo Center Roof Renovation Contact: Lloyd Evans 512-854-0000 Contract Amount: $57,500 Estimated Completion Date: 02/28/2011 Bastrop ISD Roof Repairs and Replacement Start Date: 7/1/2011 Completion Date: 7/15/2011 Contract Amount: $ 25,435.85 Contact: Thomas Howdy 512-321-7307 Travis County Contract #: 11 K00132DG Contract Amount: $ 119,950.00 Completion Date: 6/16/2011 Contact: Fraser Gorrell Fraser. GorrellAco. travis.tx. us 0u: -• RE:D::SHI'ELD-RO.O.FING.: SYSTEM-.LI:MITED:'WAR:RANT VNarranty.NQt:•..'•..,::.: •._.::' ,:: ":,'': 'FBPGO: #:-•'-}'.' '' i::` :Square'Foptage;.' Buildi{ig :0i vrieri.:: i :: :'Building Zd'entificaticiri:: " Building Address;' WarrarttV Period.Orr'::.' :-'Roof Fig. Contractor . •'.. SAMPLE • For: the 'warrany t:pe• riod:indicated.above,: Firestone,$iiildinq:Products Company, LCC S .Fire tone"),:ar Indiana limited ',ability. company,. warrants -to the Building' Owoer:(" Owner) named -above that Firestone_ will; sutli bjecCto e:Tem'ts,-Condrtiotis•and Lirlytationi set tdhh belovr, repair any leak •in't ib Firestone7Roofidg . 5yst nn (`Syster TERMS,:.CONbITZQNS-AND. LIMITATIONS: Products:Co'vered:' The: Sys tem:shalf mean :only.:the'Firestone:brand: roofing• membranes,-Firestone;brand: roofing'insulations,tFirestohe brand:roefingi,•- •• •metal; .and• other'Firestone.brand.roofing, accessories When• instaifed in' accordance}with-Firestone: technical: specifications by• a Firestone -licensed ''1' •'.-- applicator '• 'Notice::lo'the'eventany. leak should: occur in • the: System,• the Ownermilstgiveriofrce in;vrnting.or•bytelephone'to:Firestorie•within,thirty(30)'dayspf .:any; occurrence of a' leak:: Written notice maybe sent to' Firestone. at the stfeet address of.-fax:number: shoi'in' on. the'reverse'side:of this Limited ' . `..Warranty:.Eviderce'.of this. notice shall hg the receipt byOi ncr.of a Firestone Leak'Notiflcation.Ackno:vledgement.' By. so notifying- F restone;, the a:ri ler' authorizes Firestorie or:its dosignee tainvestigate the. cause of the-teak.1 : •• ::• ! ' •- i.: ., Investigation.':If Uporr investigation;.Firestone determines.thattheleak.is:not.exsfudeiivnder;the.Terins,-Conditions:and Limitationsset forthrin this: : ',Red Shield Rpofing SystamLi-mitet(Wari-anty (tire•`•(faited,Warranty".);,the.Oivger.'ssole and'eitcfusivc remedy and'Firbstone's total. habiiiityshrll•tie. ,. •.hmlted to the'rep,afof tie -leak: Should the investigetion:reveat that -06'4:13k 1.5,0d def.t.)14 Terms; can ditions arid •L mitations,-the.Owner shall'be': • responsible:fot payment.of the investigation cos ts.-:Failufeby:Di ner-to pay.lort)tese costSstiall ren der'this Limited Warfanty.null and void. •Firestone. • : yfiit advise the' Owner,ot-the•'type.artd/or extent 6f repairs.'requfred to tie )iiade:at.the Dy+ner's; expensethat wilip'emiit: this'Limiteit Warranty. to,reirtain ln' • effect for,thc unexpired'portion,df itsaerm..Faitureby-th'e Owner to: pulp erfy make these• repairs in a reasonable manner us+ng a,Firestone-ticensed:: . • •'appbcator antf-•withfri EA. daysShall render ;this Limited' Warranty. null:and*.void; .. `:"'pisoutes;:Any dispute;: c9otroversy or claim be wden 100 .OWner and fires one concernlng thisLim)ted•Warranty'shait be se(tfed_tiytnedfatlon In thee' • ..event that'the Owwner'and firestone do :gob resoWe the dispute,. controversy'. or:claimin :in ediotion,.the Owrier arid,Firestone agren that neither party w111.• • : m •comence oryrosetute:any suiti.proceetfing;or-claim•other than -i11 ttiecourts Of -Hamilton CoOnty in. the state of lndia"na:or the:United- States: District -':' ' Court,'$outhern:0 strict of Indiana Indianapolis Division'.: Each'party irrevccatily cgnsents to the jurisdiction and venue- of the above-iderititied courts. • Pavmeht Reouired:: Firestone shall have no pblfgation Lnderahis Limited Wafrantyunless'and'ungf.Firestone•andthe licensedapelicatorHaire been ' paid in full for or materials; supplies;services,: approved. dvdtten change orders; 1warranty-costs and-oth"er costs'wtiich are'included-in,' or -incidental to,: the : System::7rt the: event•that repairs not,covered try. this• Lrmited:41arrantyare necessa y in she-fuhire; Firestone reserves- the right, to' si.spend:this Limited'• ::.1'Jafranty boa 5och repairs: have been completed and theljcensed.applicator_and/dr:ffrastone:has,been'paid. in .f till forsucti repairs.': .':. '; • • €xclusrons:'Firestone shall. have no'obligattonunder.-his.LimdedLrarranty;acanyotherliability,not'or.in'th'eTuture'Ifa'(eak:erdamageis:causedby:' •• (a), Natural force. iiisasters, or acts of• 000 nciuting;.tiui'nptlimited to;fires,. hurricanes, tornadoes; hail,.iyind--bio+4mtlebris,:Iightning;.entthquakes; volcanic -act vitt'; atdmic radiation inseets:or anirtiafs:,' (b),Ikinds'oF peak: gust speed;at'or in'excess bf 50.MPH calculated ar:teri(10) meters Shove ground,': using avaiiabie:metedfological:date (c).:Act(s)', conductor omissions) by: a0 person; oract(s). of war; terCOrism or vandalisrit, yvhich:damage, the System:: '• of r+hicti1impalr, the Syste'm's,abiiity to resist leak's; (d) .Faliora by;tile Owner tousereasdnable care in mointaining the; System,: sai8maintenance to .. Include,.btit notbeiimited to; those items listed'on'the reverse. side of:thi5linLted.Y✓arranty entitled•"Building:EnvelopeCare and Malntenance Guide' • ..1.4.)• Piterioiation or failure or building componznts; including; but.not-limited to; the roof substrate;}yaps, mortar,. HVAC units; skylights et (f);' Constnictinn generated moisture; condensation:orinfiitration:of moisture in, fr•.om,'throggh, ar:around thes ells,capinge;,rooftop Hardware .or eq pment; :- skylights; -building structure er• uoderlying:or surroundng'materials; (g) ;Acid;.'oii: harmful chemicals, -or the: reaction•betiie en. there; (h): Alteretiohs or • - :'• repairs2a'thesystern:ttat:arenot completed published' specifications, riot completed-bjcan, approved. contraftoi;:and/or,"• : not cornpleted.iyith proper betide Firestpne;-(i).The'design of•it•e rooting system; firestone does 1101.tindertake:any-analysis of the architecture or. engineering reguired to'evaluate:whattype.01•System:rs appr.opnate for a thelding.and mages•no, Warranty.express',or•implied 05 -to ;the'suitability• of its: ' :.Products:for any'partitiifar structure{: sudj:a dmin eteration. is the responsibility of: tile. arctid$ct;-ertgineee.or: design- profeso s val;.(of j) :Irr�pioper`selecuon - i .materials idrthe'cob( assemblyorthe failure to acelirately calcuiate'r+ind uplift and/or roof'Ibads;(k)'Deterioration•lo:metal:roofing moterial's:and :accessortes:caused by mange55111 ater, atmosphere; or by regular sprayof;eitndr5811 orfresh Water or; (1)'Change in building use -or purpose ,Transfer:•,This Limited Warranty •shall be transferable.sub)ectta• Owners payinent of the currenttransferfeeset by Freston@..' .Term: 'The -term of firs Ianlited Wa. renty-shall bo for. the period set icitti' above and: such. term:shall not. be• extended. under any.c�rcumstancey ' Roof Access Daring the term•of this- Limited'Warranry' ; Firestone's- designated.repiesentative or empfoyees•shalt have free'access to•tha roof curing. -regularbusiness.Hours. ;Ip• the ever5t Blot -roof aci oss'is'limiteti:due•to-security or other' restrictions; Owner: shall: rel mburso•Firestone for all• reasonable :: cost incurred'during'irispectioniandjor-'repair:of theSystem,that are:due to:delays associated with said: restrictions.:'Owner,shall be responsible• .for:rhe: darnage.caosed. by, rerrioval ;and replacement of anyoverburden5;. superstrata or: oyertays; either permanent or: temporaryeicluoing aceepted'stone:.. . -•'ballast or-pavers;as:necessaryta expose the system:forinspection. and/or :repair:_• -•-:: •- Waiver: Firestone s failure10 enforce any of the .terms or-condltipti5'stated herein shall riot be:construed 05:a r!aivor:otsulh provisianbr of my other• ::term's and.conditrons of this.Lirmted-Vlarranty_: : • .: 0:: -Governing Law :T'tris tiinited,Wananty-- shallbe:governed by.and construed; in eccorda rice with the laws:of the State of Jndipna' v+ithout regari:d. 10' tliar'.'- State's. rules'on conflict•bf jar+s. •' ..$everabilitv.• if any priction.of.this Llmited.Warrarity:is Field by' a court_ of competent jurisdiction to' he invalid;void or.unenforceatih? .the remaining -:: FIRESTONE 00ES.NOTYIARRANT PRODUCTS •iNCQRFORATED OR.UTILIZEb,1N TH15-1NST11LLATION THAT.WERE.:00T FURNISHEbrfly'FIRE5TONE: ::'FIRESTONE. SPECIFICALLY DiSCLAII"IS:LIABILITY UNDER ANY THEORY'.OF LAW ARISIAT NG .O.UT:OF•THE INSTALLION :OF.;• PERFORM1tANCEOF, :OR'• - OAIdAGES SUSTAINED'Bi OR CAUSED;BY; PRODUCTS NOT'FURNISHED BY FIRESTONE:- ' THIS'CIFt7CE).WARRANTY-SUPERSEDESAND'iS,iN LIEUOFALL•OTHEF VPAiYRANTIES OF.MERCHANTABILITY.AIJD FITN 55'_FOR'APARTtCULAR.: :-.pURPOSc; AND:FIRESTONE HEREBY DISCLI lMS'ALL. SUCH. VIARRAUTIF,S: THIS LJMIT_D'4'JAR(tAP;TY:SHALL, OE THE Oi71'JER'S- 501.E AND:EXCIUSiVE • REI1EOX'AGAINST,'FIRESTONE, AN SHALL NOT-QE:IIABLE-FOR'.ANY CONSEQUENTIAL',• SPECIAL INCIDENTAL'OR OTHER DAMAGES .•INCLUDING SUT.NOT.LIMITED TO, LOSS. QF PROFITS: OR DAMAGES -TO THE.BULLOING 00 ITS:CONTENTS OR THE ROOF DECK, tHls LIMITED - .:-i,YARRJ.NTk CANNOT:BE:AFIEI 060 ALTERED 00. MQDIFIED 111 ANY WAY'EXCEPT iN.iYR1TINGSIGYED BY.AN AUTHORIZED'.OFFICEiR OF -FIRESTONE NO OTHER-PERSON'HAS ANY AUTHORITY:TO 01 No FIRESTONE:WITH:ANY REPRESENTATION• OR 1JARRANTY. WHETHER. ORAL QR V✓R1TTEt,:• • FIRESTONE BUILDING P5.ODUCTS'COMP.AN`f,'.LLC; Au[fi0rizetl: 5igriaFuFei Title: SAMPLE Os, 1 BUILDING ENVELOPE CARE AND MAINTENANCE GUIDE (For Red Shield Warranted Roofing Systems) Congratulations on your purchase of a Firestone Roofing System! Your roof is a valuable asset that should be properly maintained. AU roofs and roofing systems require periodic inspection and maintenance to perform as designed and to keep your Limited Warranty in full force and effect. 1. The roof should be inspected at least twice yearly and after any severe storms. A record of all inspection and maintenance activities should be maintained, including a listing of the date and time of each activity as well as the identification of the parties performing the activity. 2. Proper maintenance and good roofing practice require that ponded water (defined as water standing on the roof forty-eight hours after it stops raining) not be allowed on the roof. Roofs should have slope to drain, and all drain areas must remain clean. Bag and remove all debris from the roof since such debris can be quickly swept into drains by rain. This will allow for proper water run-off and avoid overloading the roof. 3. The Firestone Roofing System should not be exposed to acids, solvents, greases, oil, fats, chemicals and the like. If the Firestone Roofing System is in contact with any such materials, these contaminants should be removed immediately and any damaged areas should be inspected by a Firestone Licensed Applicator and repaired if necessary. 4. The Firestone Roofing System is designed to be a waterproofing membrane and not a traffic surface. Roof traffic other than periodic traffic to maintain rooftop equipment and conduct periodic inspections should be prohibited. In any areas where periodic roof traffic may be required to service rooftop equipment or to facilitate inspection of the roof, protective walkways should be installed by a Firestone Licensed Applicator as needed to protect the roof surface from damage. 5. Some Firestone roofing membranes require maintenance of the surface of the membrane: a. Smooth -surfaced Firestone APP membranes should be coated with an approved liquid coating, such as Firestone Aluminum Roof Coating or Firestone AcryliTop applied in accordance with Firestone specifications, in order to maximize the service life of the membrane. If this coating is not applied as part of the initial roofing installation, it should be applied within the first five years after the roof is installed to help protect the membrane from surface crazing and cracking. In addition, this coating should be maintained as needed to re - coat any areas that have blistered, peeled or worn through. b. Granule -surfaced Firestone APP and SBS membranes do not normally require surface maintenance other than periodic inspection for contaminants, cuts or punctures. If areas of granular loss are discovered during inspection, these areas should be coated with Firestone AcrytiTop or other Firestone -approved coating applied in accordance with Firestone specifications. c. Gravel -surfaced Firestone BUR membranes do not normally require surface maintenance other than periodic inspection for contaminants -or damage. If areas of gravel loss are discovered during inspection, gravel must be reinstalled into hot asphalt to protect the surface of the membrane. Coatings on smooth surface BUR membranes must be maintained as needed to re -coat any areas that have blistered, peeled or worn through. d. Firestone EPDM and FPO roofing membranes do not normally require surface maintenance other than periodic inspection for contaminants, cuts or punctures. Occasionally, approved liquid roof coatings, such as Firestone AcryliTop, are applied to the surface of EPDM membranes in order to provide a lighter surface color. Such coatings do not need to be maintained to assure the performance of the underlying EPDM roof membrane, but some maintenance and re -coating may be necessary in order to maintain a uniform surface appearance. e. Firestone Una -Clad metal roofing panels and trim do not normally require surface maintenance other than periodic inspection for contaminants or damage. In addition, periodic cleaning of the surface may be required to remove dirt and maintain the aesthetic appearance of the coated metal. Simple washing with plain water using hoses or pressure spray equipment is usually adequate. If cleaning with agents other than water is contemplated, several precautions should be observed: (1) do not use wire brushes, abrasives, or similar cleaning tools which will mechanically abrade the coating surface, and (2) cleaning agents should be tested in an inconspicuous area before use on a large scale. 6. All metal work, including counter -flashings, drains, skylights, equipment curbs and supports, and other Firestone brand rooftop accessories must be properly maintained at all times. Particular attention should be paid to sealants at joints in metal work and flashings. If cracking or shrinkage is observed, the joint sealant should be removed and replaced with new sealant. 7. Any alterations to the roof, including but not limited to roof curbs, pipe penetrations, roof -mounted accessories, and tie-ins to building additions must be performed by a licensed Firestone Licensed Applicator and reported to Firestone. Additional information and reporting forms for roof alterations are available at www.firestonebpco.com. 8. Should you experience a leak: (a) Check for the obvious: dogged roof drains, loose counterflashings, broken skylights, open grills or vents, broken water pipes. (b) Note conditions resulting in leakage. Heavy or light rain, wind direction, temperature and time of day that the leak occurs are all-important clues to tracing roof leaks. Note whether the leak stops shortly after each rain or continues to drip until the roof is dry. If you are prepared with the facts, the diagnosis and repair of the leak can proceed more rapidly. (c) Contact Firestone Warranty Claims at 1-800-830-5612 as soon as possible...but please don't call until you are reasonably sure that the Firestone Roofing System is the cause of the leak. Firestone feels that the preceding requirements will assist you, the building owner, in maintaining a watertight roof for many years. Your roof is an investment, and maintenance is essential to maximize your return on this important investment. 'Firestone BUILDING PRODUCTS NOBODY COVERS YOU BETTER'" 250 West 96th St., Indianapolis, IN 46260 1-800-428-4442 • 1-317-575-7000 • www.firestonebpco.com International Offices: Canada: 2835 Argentia Road, Unit #2 • Mississauga, ON L5N 8G6 •800-428-4442 • www.firestonebpco.ca Europe: Hermesstraat 2C - 1930 • Zaventem, Brussels, Belgium • +32 2 7114450 • www.firestonebpco.com Latin America: 8300 NW 53rd Street, Suite #106 • Miami, FL 33166 •305-471-0117 • www.tirestonebpco.com 10/11 — Ilem 1<815 (Replaces 07/08)-01 TECHNICAL INFORMATION SHEET BUILDING PRODUCTS UltraPlyTM TPO Membrane Item Description Item Number 1 Roll Various Meets or exceeds ASTM D 6878. r000t lnforrnatto Description: Firestone UltraPlyTM TPO is a flexible Thermoplastic Polyolefin roofing membrane that is produced with polyester weft - inserted reinforcement. UltraPly TPO membrane meets or exceeds all requirements for ASTM D 6878 Specification. This heat weldable TPO membrane is available in 45 mil (1.14 mm) and 60 mil (1.52 mm) thicknesses. This reflective membrane is suitable for a variety of low -slope applications. Method of Application: 1. Substrates must be clean, dry, smooth, and free of sharp edges, fins, loose or foreign materials, oil, grease, and other materials that may damage the membrane. 2. All roughened surfaces that can damage the membrane shall be repaired as specified to offer a smooth substrate. 3. All surface voids greater than 1/4" (6.3 mm) wide shall be properly filled with an acceptable fill material. 4. Firestone UltraPly TPO membrane is installed as continuous roofing or waterproofing layer on the roof. Rolls are overlapped (side laps and end laps) prior to the heat welding of the seam areas. 5. Install the UltraPly TPO Roofing System in accordance with current Firestone UltraPly TPO specifications, details and workmanship requirements. Storage: • Store away from sources of punctures and physical damage. • Assure that structural decking will support the loads incurred by material when stored on rooftop. The deck load limitations should be specified by the project designer. • Store away from ignition sources as membrane will burn when exposed to open flame. Precautions: 1. Refer to Material Safety Data Sheets (MSDS) for safety information. 2. Exercise caution when lifting, moving, transporting, storing or handling membrane rolls to avoid sources of punctures and possible physical damage. 3. Contact your Technical Coordinator at 1-800-428-4511 for specific recommendations regarding chemical or waste product compatibility with Firestone UltraPly TPO Membrane. LEED® Information: Post Consumer Recycled Content: Pre Consumer Recycled Content: Manufacturing Location: 0% 15% Wellford, SC Tuscumbia, AL MIAMI DADE COUNTY APPROVED ICC -ES ESR -2831 QSSfp��, C�IL> US CCMC 13348-R S723 -RFS -012 Firestone Building Products 1 Sales: (800) 428-4442 1 Technical (800) 428-4511 1 www.firestonebpco.com TIS # 201 Page 1 of 3 Submittal package prepared for QA Construction Services, Inc., Page 26 1/8/2013 TECHNICAL INFORMATION SHEET UltraPlyTM TPO Membrane wwc BUILDING PRODUCTS Product Sizes Membrane Thickness: 0.045" (1.14 mm) Membrane Thickness: 0.060" (1.52 mm) Membrane Weight: 0.23 Ib/ft2 (1.1 kg/m2) Membrane Weight: 0.31 lb/ft2 (1.5 kg/m2) Available Sizes Available Colors Available Sizes Available Colors 5' x 100' (1.5 x 30.5 m) White, Tan, Gray 5' x 100' (1.5 x 30.5 m) White, Tan, Gray 5' x 200' (1.5 x 61 m) White 5' x 200' (1.5 x 61 m) White 6' 2" x 100' (1.9 x 30.5 m) White, Tan, Gray 6' 2" x 100' (1.9 x 30.5 m) White, Tan, Gray 8' x 100' (2.4 x 30.5 m) White, Tan, Gray 8' x 100' (2.4 x 30.5 m) White, Tan, Gray 8' x 200' (2.4 x 61 m) White 8' x 200' (2.4 x 61 m) White 10' x 100' (3.0 x 30.5 m) White, Tan, Gray 10' x 100' (3.0 x 30.5 m) White, Tan, Gray 10' x 200' (3.0 x 61 m) White 10' x 200' (3.0 x 61 m) White 12' 4" x 100' (3.8 x 30.5 m) White, Tan, Gray 12' 4" x 100' (3.8 x 30.5 m) White, Tan, Gray 12' 4" x 200' (3.8 x 61 m) White 12' 4" x 200' (3.8 x 61 m) White t?hysicat Properties (Meets le exceeds ASTM D 6878 Spec>tficatlon j Property ASTM Standard Performance Typical Performance Typical Performance Minimum 45 mil 60 mil Overall Thickness: D 751 0.039" (1 mm) 0.045" (1.14 mm) ± 10% 0.060" (1.52 mm) ± 10% Coating over Scrim: D 7635 0.015" (0.38 mm) 0.017" (0.43 mm) 0.021" (0.53 mm) Breaking Strength: D 751, Grab Method 220 Ibf (979 N) 340 Ibf (1,512 N) 390 Ibf (1,735 N) Elongation of Reinforcement Break: D 751, Grab Method 15% 25% 25% Tearing Strength: D 751 55 Ibf (245 N) 120 Ibf (534 N) 120 Ibf (534 N) Brittleness Point: D 2137 -40 °F (-40 °C) Pass Pass Ozone Resistance, No Cracks: D 1149 Pass (No Cracks) Pass Pass Properties After Heat Aging (Retained Values) (ASTM D 573 670 h at 240 °F (116 °C)): Breaking Strength: D 751, Grab Method 90% Minimum > 90% > 90% Elongation at Break: D 751, Grab Method 90% Minimum > 90% > 90% Tearing Strength: D 751 60% Minimum > 60% > 60% Weight of Change: ± 1% Maximum < 1% < 1% Linear Dimension Change: D 1204, 6 h at 158 °F (70 °C) ± 1% Maximum < 1'% < 1% Water Absorption: D 471 ± 3% Maximum < 3% < 3% gs�cat Properties (Continue S723 -RFS -012 Firestone Building Products I Sales: (800) 428-4442 1 Technical (800) 428-4511 1 www.firestonebpco.com TIS # 201 Page 2 of 3 Submittal package prepared for QA Construction Services, Inc., Page 27 1/8/2013 TECHNICAL INFORMATION SHEET :,-. UltraPlyTM TPO Membrane BUILDING PRODUCTS Property ASTM Standard Performance Typical Performance Typical Performance White Tan Minimum 45 mil Membrane 60 mil Membrane Weather Resistance, 80 *C Black Panel, no cracking, crazing when wrapped around a 3" mandrel and inspected at 7X magnification: G 155 10,800 kJ/m2 Minimum > 20,160 kJ/m2 > 20,160 kJ/m2 Puncture Resistance: FTM 101C, Method 2031 98 / 81 265 (1,180) 300 (1,300) Rated Product ID Dynamic Puncture Resistance MD: D 5635 0608 Pass (20 J) Pass (40 J) ENERGY STAR®: Initial / 3 yr Dynamic Puncture Resistance CD: D 5635 Pass (35 J) Pass (50 J ) 0.60 / 0.54 Static Puncture Resistance: D 5602 0.81 Pass (25 kg) Pass (25 kg) Tan Radiative Properties Cool Roof Rating Council (CRRC): Initial / 3 yr White Tan Gray Solar Reflectance 0.79 / 0.68 0.61 / 0.55 0.34 / Pending Thermal Emittance 0.85 / 0.83 0.81 / 0.84 0.89 / Pending Solar Reflectance Index (SRI) 98 / 81 71 / 63 37 / Pending Rated Product ID 0008 Licensed Manufacturer ID 0608 Classification Production Line ENERGY STAR®: Initial / 3 yr White Tan Solar Reflectance 0.79 / 0.78 0.60 / 0.54 Thermal Emittance 0.85 0.81 White membrane sample cleaned prior to age test. LEED® White Tan Gray Solar Reflectance —ASTM E 903 0.81 0.63 0.37 Thermal Emittance — ASTM E 408 0.95 0.95 0.95 Solar Reflectance Index (SRI) — ASTM E 1980 102 77 43 CHARTER MEMBER ENERGY STAR is only valid in the United Stales Please contact your Firestone Roof Systems Advisor at 1-800-428-4511 for further information. 'Firestone This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. S723 -RFS -012 Firestone Building Products 1 Sales: (800) 428-4442 'Technical (800) 428-4511 1 www.firestonebpco.com TIS # 201 Page 3 of 3 Submittal package prepared for QA Construction Services, Inc., Page 28 1/8/2013 TECHNICAL INFORMATION SHEET Varestc BUILDING PRODUCTS UltraPiyTM TPO Unsupported Flashing Item Description 1 Roll — White (24" x 50' (610 mm x 15.2 m)) 1 Roll — Tan (24" x 50' (610 mm x 15.2 m)) 1 Roll — Gray (24" x 50' (610 mm x 15.2 m)) Item Number W 56TP03017 W56TPOT017 W56TPOG017 Description: Firestone UltraPlyTM TPO Unsupported Flashing is a non -reinforced, thermoplastic polyolefin membrane. It is used in roofing applications where Firestone pre -formed TPO accessory products are not appropriate. Firestone UltraPly TPO Flashing is available in white, tan and gray. Roll Length 1 50' (15.2 m) Roll Weight Roll Width 24"(610mm) 1 Rolls per Pallet 1201b(9kg) 30 Each roll is wrapped around a core and covered with white opaque poly. Method of Application: 1. Substrates must be clean, dry, smooth, and free of sharp edges, fins, loose or foreign materials, oil, grease, and other materials that may damage the TPO Unsupported Flashing. 2. All roughened surfaces that can damage the flashing shall be repaired as specified to make a smooth substrate. 3. All surface voids greater than 1/4" (6.3 mm) wide shall be properly filled with an acceptable fill material. 4. Install the Firestone UltraPly TPO Unsupported Flashing material with the appropriate heat welding equipment in accordance with current Firestone UltraPly TPO specifications, details and workmanship requirements. Storage: Store material in its original unopened packaging away from sources of physical damage or chemical contamination. Precautions: 1. For safety information, refer to Material Safety Data Sheet (MSDS) for TPO systems. 2. Exercise caution when lifting, moving, transporting storing or handling flashing rolls to avoid sources of punctures, physical damage or chemical contamination. 3. Contact your Firestone Roof Systems Advisor at 1-800-428-4511 for specific recommendations regarding chemical or waste product compatibility with Firestone UltraPly TPO Unsupported Flashing. LEED® Information: Post Consumer Recycled Content: Pre Consumer Recycled Content: Manufacturing Location: 00/0 0% Wellford, SC Tuscumbia, AL S723 -RFS -013 Firestone Building Products 1 Sales: (800) 428-4442 1 Technical (800) 428-4511 1 www.fir©stonebpco.com TIS # 202 Page 1 of 2 Submittal package prepared for QA Construction Services, Inc., Page 29 1/8/2013 TECHNICAL INFORMATION SHEET UitraPiyTM TPO Unsupported Flashing ias BUILDING PRODUCTS stilattl Product Data< Material: Thermoplastic Polyolefin (TPO) Colors: White, Tan, Gray Nominal Thickness: 0.060" (1.52 mm) Width: 24" (610 mm) Property Membrane Thickness: Test Method — ASTM Standard Firestone Typical Performance D 751 Tensile Strength: D 638 Elongation at Break: D 638 Tearing Strength: 1004 (Die C) Brittleness Point D 2.137 0.060" (1.52 mm) 1,780 psi (12.3 MPa) 750% 16 Ibf (71 N) -40 °F (-40 °C) Properties After Heat Aging (Retained Values) (166 h at 240 °F (116 °C)): Tensile Strength: D 638 Elongation at Break: D 638 Tearing Strength: 1004 (Die C) 1,550 psi (10.7 MPa) 650% 12 Ibf (53 N) Please contact your Firestone Roof Systems Advisor at 1-800-428-4511 for further information. This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. S723 -RFS -013 Firestone Building Products 1 Sales: (800) 428-4442 1 Technical (800) 428-4511 1 www.firestonebpco.com TIS # 202 Page 2 of 2 Submittal package prepared for QA Construction Services, Inc., Page 30 1(8/2013 TECHNICAL INFORMATION SHEET tres to rt BUILDING PRODUCTS XR Bonding Adhesive ITEM NUMBER: W56TP03009 Description: XR Bonding Adhesive is designed for bonding UltraPlyTMTPO XR membrane to various insulation surfaces, specific existing roof surfaces as well as wood, metal, masonry, and other acceptable substrates following Application Method one (I) below. XR Bonding Adhesive may also be used with standard UltraPly TPO to approved substrates for flashing conditions, following Method of Application two (II) below. TIS # 813 Method of Application: Use For UltraPly TPO XR Membrane 1. Surfaces to receive XR Bonding Adhesive must be clean, smooth, dry, and free of sharp edges, loose and foreign materials, oil, grease, and other contaminants. 2. Stir the adhesive thoroughly to achieve a uniform mix with no marbling or sediment on the bottom evident. STIR BEFORE AND DURING USE. 3. Adhesive must be applied in a relatively uniform thickness to the base substrate only. Apply XR Bonding Adhesive with either a 9" (228 mm) wide solvent resistant roller designed for medium to semi -rough textured surfaces or an industrial grade adhesive sprayer. See UltraPly TPO XR Application Guide for additional information. DO NOT APPLY ADHESIVE TO THE POLYESTER BACKING PORTION OF THE MEMBRANE. 4. If the adhesive is spray applied, it must be back -rolled with a similar type roller to assure proper contact and coverage. DO NOT APPLY XR BONDING ADHESIVE TO SEAM PORTION OF THE MEMBRANE. 5. Apply the adhesive in a uniform manner. Avoid globs and puddles of adhesive; these may lead to blistered membranes. 6. XR Bonding Adhesive shall have a brief flash -off period of approximately 15-30 minutes before mating the membrane but will depend on ambient conditions. XR Bonding Adhesive shall be slightly tacky to the touch when mating the membrane. 7. Starting at the fold of the TPO XR membrane, roll the mating portion into the coated substrate slowly and evenly to minimize wrinkles. To ensure proper contact, compress the bonded portion of the membrane to the substrate with a stiff push broom using heavy pressure immediately after mating, followed by the use of a heavy roller (approximately 150#) to ensure proper contact of membrane to substrate. II. Use For UltraPly TPO Membrane* 1. Surfaces (both substrate and back side of the membrane) to receive XR Bonding Adhesive must be clean, smooth, dry, and free of sharp edges, loose and foreign materials, oil, grease, and other contaminants. 2. Stir the adhesive thoroughly to achieve a uniform mix with no marbling or sediment on the bottom evident. STIR BEFORE AND DURING USE. Vertical/curb applications only. No code rating currently exist for UltraPly TPO Membrane fully adhered with XR Bonding Adhesive. 3. Apply the adhesive in a uniform manner to both the approved vertical substrate and the back of the UltraPly TPO membrane. Avoid globs and puddles of adhesive, these may lead to blistered membrane. Apply XR Bonding Adhesive with either a 9" (223 mm) wide solvent resistant roller designed for medium to semi -rough textured surfaces or an industrial grade adhesive sprayer. See UltraPly TPO XR Application Guide for additional information. 4. Adhesive must be applied in a relatively uniform thickness to both surfaces. If the adhesive is spray applied, it must be back - rolled with a similar type roller to assure proper contact and coverage. DO NOT APPLY XR BONDING ADHESIVE TO SEAM PORTION OF THE MEMBRANE. 5. XR Bonding Adhesive shall have a flash -off period: approximately 15-30 minutes before mating the membrane. Use the "touch - push" test: Touch the adhesive surface in the middle of the area to be spliced with a clean, dry finger to be certain that the adhesive does not stick or string. As you are touching the adhesive, pushing straight down to check for stringing, also push forward on the adhesive at an angle to ensure that the adhesive is ready throughout its thickness. If either motion exposes wet or stringy adhesive when the finger is lifted, then it is not ready for mating and the seam should not be closed. Flash off time will vary depending on ambient conditions. 6. Starting at the flashing base, roll the mating portion of the membrane into the coated substrate slowly and evenly to minimize wrinkles. To ensure proper contact, compress the bonded portion of the membrane to the substrate with a stiff push broom using heavy pressure immediately after mating. Firestone Building Products • 250 W.96'' Street, Indianapolis, 3) 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • wvnv.firestonebpco.com S723 -RFS -062 1.10.2012 Submittal package prepared for QA Construction Services, Inc., Page 38 TECHNICAL INFORMATION SHEET '''n BUILDING PRODUCTS Storage: • Store in original unopened containers at temperatures between 60 °F (15.6 "C) and 80 °F (26.7 'C) until ready for use. • For optimum results, rotate your stock to ensure stored material has not exceeded nine (9) months. • Shelf life of nine (9) months can be expected if stored in original sealed container at temperatures between 60 °F (15.6 °C) and 80 "F (26.7 "C). If exposed to lower temperatures, restore to room temperature prior to use. • Shelf life may be shortened if exposed to elevated temperatures for a prolonged period of time. cif Precautions: • Review applicable Material Safety Data Sheet prior to using. • Flammable. Keep away from fire and open flame and other possible ignition sources during storage and use. Do not smoke when using. • Harmful or fatal if swallowed. • Avoid prolonged inhalation. • Avoid prolonged contact with skin. Gloves should be worn (OSHA approved). • Avoid eye contact by wearing safety goggles with side shields. • Thinning is not allowed. • Do not use for splicing. • Do not use with EPDM membranes. • Use only in well ventilated areas. • Cover tightly when not in use. • Recommended cleaner is Toluene (while fluid). • Do not apply XR Bonding Adhesive directly to isocyanurate roof insulation (ISO 95+'' GL; Resista'°': ISOGARD'" HD). An approved cover board (FiberTop'"; Dens Deck') shall be installed over ISO boards, and be the immediate substrate to receive XR Bonding Adhesive. Compliance: Post Consumer Recycled Content: 0% Pre Consumer Recycled Content: 0% Manufacturing Location: South Bend, IN Packaging: APPROVED oaf MIAMI.DADE COUNTY L•t�•Li1_�a Pail: Weight: Coverage: Physical Properties: 5 Gallon (18.9 L) =41 lbs (18.6 kg) Uneven and porous substrates will result in a lower coverage rate while smooth non -porous substrates e result in higher coverage rates. Rates here are based on roller application to mating surface(s). • UltraPly TPO XR membrane — XR Bonding Adhesive applied to substrate only. A coverage rate of 70-90 ft2/gal (1.718-2.209 m2/L) may be obtained depending on the substrate. • Vertical application of UltraPly TPO membrane — XR Bonding Adhesive applied to both the vertical substrate and the membrane. A coverage rate of 40-60 ft2/gal (0.982-1.475 m2/L) may be obtained depending on the substrate. • Very porous substrates (rough wood, concrete block) may require two coats of XR Bonding Adhesive to ensure proper adhesion. This can be determined by testing a small area. Check by adhering a small piece of UltraPly TPO XR membrane to the porous substrate to verify the bonding strength. Note: Coverage Rates may vary depending on the nature of substrate. Rough, porous substrates may r more adhesive. Some substrates may also require more adhesive due to absorption. Minimum Performance Base: Color: Solvents: Viscosity: Weigh t/Gallon: Specific Gravity: V.O.C. Content: Nitrile rubber Brown A blend of Acetone and Diisobutyl Ketone 4,000-6,000 cps, with 114 spindle @ 10 rpm 6.99-7.73 Ib/gal (0.838-0.926 kg/L) 0.838-0.926 1.72 Ib/gal (206 g/L) Firestone Building Products • 250 W.96'"Street, Indianapolis, IN 46260 • Sales: (800) 428-1442 • Technical (800) 428-4511 • www.firestonebpco.com 5723 -RFS -062 1.10.2012 Submittal package prepared for QA Construction Services, Inc., Page 39 TECHNICAL INFORMATION SHEET restone BUILDING PRODUCTS Approved Power Equipment: Garlock 255T Roller Boss Power Roller 4 hp Honda Engine,4 CFM Compressor,25 gal pressurized supply tank (20 gal for material; 60-80 psi),Up to 100 psi rating,2 — %" x 30' supply hoses with swivels,2 — 18" roller head assemblies Garlock 2120 Commander Sprayer 18 hp Kohler Engine,4500 psi Rating,5 Gallon per Minute Flow, 1200 psi Pressure (minimum),Pump Displacement 45:1,GPM Rating: up to 5 gpm,''/::" x 100' hose,2" Intake pipe with screen,5 or 55 gal drum containers, Graco Spray Tips: .023 to .031diameter hose Garlock Twin Gun Airless Sprayer 6.5 hp Honda Engine, 3000 psi Rating, Pump Displacement 30:1, GPM Rating: up to 1 gpm, Up to 400' of single''/:" diameter hose, Up to 200' of dual I4" diameter hose, Y." Intake pipe with screen, 5 or 55 gal drum containers, Bulk tank containers, Graco Spray Tips: .019 to .025 diameter hose (1850 psi operating pressure) Graco Spray Equipment: P7OEC4-70 — 70:1 Xtreme Sprayer Package w/Heavy Duty car, Hopper package, w/NXT motor and Data Track, Xtreme-Duty high pressure hose, 3/8" x 50', 7250 psi, with %" x 6' whip hose, XTR-7 applicator with XHD821-825 tips. Please Contact your Firestone Technical Coordinator at 1-800-428-4511 for further information. This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. Firestone Building Products • 250 W. 96'' Street, Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • www.firestonebpco.com S723 -RFS -062 1.10.2012 Submittal package prepared for QA Construction Services, Inc., Page 40 TECHNICAL INFORMATION SHEET restone. BUILDING PRODUCTS TM UltraPlyTPO 8" Reinforced Cover Strip TIS#216 Item Numbers: White W56TPO3S08 Tan W56TPOTS08 Gray W56TPOGS08 Description: Firestone UltraPlyTPO 8" Reinforced Cover Strip is a pre-cut 8" cover strip made from 60 mil (1.5 mm) thick, reinforced UltraPly TPO membrane. This heat weldable 8" Cover Strip can be used as a weldable cover strip for intermediate mechanical attachment on TPO systems as well as stripping in UltraPly TPO XR membrane end laps. UltraPly TPO 8" Reinforced Cover Strip is available in white, tan and gray. Method of Application: 1. Install the UltraPly TPO 8" Cover Strip in accordance with current Firestone UltraPly TPO specifications, details and workmanship requirements. Storage: • Store material in its original unopened packaging away from sources of physical damage or chemical contamination. Precautions: • Exercise caution when lifting, moving, transporting, storing or handling Firestone UltraPly TPO Cover Strip to avoid sources of puncture, physical damage or chemical contamination. • Contact your Firestone Technical Coordinator at 1-800-428-4511 for specific recommendations regarding chemical or waste product compatibility with Firestone UltraPly TPO Cover Strips. • Refer to Material Safety Data Sheets for all applicable components of UltraPly Systems. Carton Contents 1 2 Rolls Packaging: Compliance: Post Consumer Recycled Content: 0% Pre Consumer Recycled Content: 0% Manufacturing location: Prescott, AR Product Data: Material Roll Length Color Thermoplastic Polyolefin (TPO) 50' (15.24 m) White Please Contact your Firestone Technical Coordinator at 1-800-428-4511 for further information. This sheet is meant to highlight Firestone products and speofications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials :_loch meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult o competent structural engineer prior to installation if the structural soundness or structural ability to properly support o planned installation is in question. No Firestone representative is authorized to vary this disclaimer. Firestone Building Products • 250 W.96 -'Street, Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800)428-45n • mwv.firestonebpco.corn S723 -RFS -239 Submittal package prepared for QA Construction Services, Inc., Page 41 1.9.2012 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 3 SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered an article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. June 10, 2011 Additional product added under section 1. (317) 575-7190 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company, LLC assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 15 Firestone Building Products Company, LLC Material Safety Data Sheet January 11, 2012 Page: 1 SECTION 1: PRODUCT IDENTIFICATION Product Name: Chemical Name / Synonym: Chemical Family: 24 -Hour Emergency Phone: Manufacturer's Name: Manufacturer's Address: NFPA Hazard Rating: HMIS Hazard Rating: 'UltraPlyTM TPO Series TPO Inside/Outside Corner (White, Tan, Gray), UltraPlyTM TPO T -Joint Cover ( White, Tan, Gray), UltraPlyTM TPO Universal Pipe Flashing (White, Tan, Gray), UltraPlyTtA TPO Unsupported Flashing (White, Tan, Gray), UltraPlyTM TPO Large Pipe Flashing (White, Tan, Gray), UltraPlyTM TPO Small Pipe Flashing (White, Tan, Gray), UltraPlyTM TPO Coated Metal (White, Tan, Gray) Mixture (800) 424-9300 CHEMTREC Firestone Building Products Company, LLC 250 West 96th Street, Indianapolis, IN 46260 Health 1, Flammability 1, Reactivity 0 Health 0, Flammability 1, Reactivity 0 SECTION 2: CHEMICAL COMPOSITION Chemical Name: Common Name: CAS #: % (by wt) Exposure Limits: Nonhazardous as per 29 None None CFR 1910.1200. 100 None Established SECTION 3: HAZARD IDENTIFICATION Primary Route of Exposure: None Signs and Symptoms of Exposure: Medical Conditions Aggravated by Exposure: Chronic Effects: Carcinogenicity: No known adverse effects None known No known adverse effects None SECTION 4: FIRST AID MEASURES First Aid Procedures: No special action necessary. SECTION 5: FIRE FIGHTING PROCEDURES Suitable Extinguishing Media: Hazardous Combustion Products: Recommended Fire Fighting Procedures: Unusual Fire and Explosion Hazards: Carbon dioxide, foam, sand/earth, or dry chemicals. Carbon dioxide and carbon monoxide, oxides of nitrogen, sulfur dioxide, partially burned carbon. Wear impermeable protective clothing and self-contained breathing apparatus. Toxic fumes and vapors may be evolved. None known Submittal package prepared for QA Construction Services, Inc., Page 16 Firestone Building Products Company, LLC Material Safety Data Sheet January 11, 2012 Page: 2 SECTION 6: PRECAUTIONS FOR SAFE HANDLING AND USE Steps to Be Taken in Case Material is Released or Spilled: Precautions to Be Taken in Handling and Storing: Not Applicable No special handling precautions. Store where materials are not exposed to excessive heat, cold or moisture. SECTION 7: EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation: Respiratory Protection: Eye Protection: Skin Protection: Other: Work / Hygienic Practices: Store and use in well ventilated areas. None required None required None required None Wash exposed skin prior to eating, drinking or smoking and at the end of each shift. Wash contaminated clothing prior to reuse. SECTION 8: PHYSICAL AND CHEMICAL PROPERTIES Appearance and Odor: Flash Point: Method Used: Evaporation Rate: pH (undiluted product): Solubility in Water: Vapor Density: Vapor Pressure: White, tan or gray in color. Not Applicable Not Applicable Not Applicable Not Applicable Insoluble Not Applicable Not Applicable Essentially no odor. Lower Explosive Limit: Upper Explosive Limit: Boiling Point: Melting Point: Specific Gravity: Percent Volatile: None None None Unknown Unknown Unknown SECTION 9: STABILITY AND REACTIVITY Thermal Stability: Hazardous Polymerization: Conditions to Avoid: Stable Will not occur None known SECTION 10: TRANSPORTATION Regulatory Agency: Proper Shipping Name: Hazard Classification: Identification Number: Labels Required: Other Requirements: Not Regulated Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Submittal package prepared for QA Construction Services, Inc., Page 17 Firestone Building Products Company, LLC Material Safety Data Sheet January 11, 2012 Page: 3 SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered an article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. March 10, 2009 Review only. (317) 575-7190 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 18 Firestone Building Products Company, LLC Material Safety Data Sheet January 6, 2012 Page: 1 SECTION 1: PRODUCT IDENTIFICATION Product Name: Chemical Name / Synonym: Chemical Family: 24 -Hour Emergency Phone: Manufacturer's Name: Manufacturer's Address: NFPA Hazard Rating: HMIS Hazard Rating: ReflexEON TM ReflexEONT^' Thermoplastic Membrane, ReflexEONT'' TPO Inside/Outside Corner, ReflexEONTM TPO Universal Pipe Boots, ReflexEONTM Flashing Thermoplastic Polyolefin (800) 424-9300 CHEMTREC Firestone Building Products Company, LLC 250 West 96th Street, Indianapolis, IN 46260 Health 1, Flammability 1, Reactivity 0 Health 0, Flammability 1, Reactivity 0 SECTION 2: CHEMICAL COMPOSITION Chemical Name: Common Name: CAS #: % (by wt) Exposure Limits: Nonhazardous as per 29 None None CFR 1910.1200. 100 None Established SECTION 3: HAZARD IDENTIFICATION Primary Route of Exposure: None Signs and Symptoms of Contact with eye may result in irritation, redness, tearing and Exposure' blurred vision. Medical Conditions Aggravated by Exposure: Chronic Effects: Carcinogenicity: None known No known adverse effects None SECTION 4: FIRST AID MEASURES First Aid Procedures: No special action necessary. SECTION 5: FIRE FIGHTING PROCEDURES Suitable Extinguishing Media: Hazardous Combustion Products: Recommended Fire Fighting Procedures: Unusual Fire and Explosion Hazards: Carbon dioxide, foam, sand/earth, or dry chemicals. Carbon dioxide and carbon monoxide, oxides of nitrogen, sulfur dioxide, partially burned carbon. Wear impermeable protective clothing and self-contained breathing apparatus. Toxic fumes and vapors may be evolved. None known SECTION 6: PRECAUTIONS FOR SAFE HANDLING AND USE Steps to Be Taken in Case Material is Released or Spilled: Precautions to Be Taken in Handling and Storing: Not applicable Store where materials are not exposed to excessive heat, cold or moisture. Submittal package prepared for QA Construction Services, Inc., Page 19 Firestone Building Products Company, LLC Material Safety Data Sheet January 6, 2012 Page: 2 SECTION 7: EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation: Respiratory Protection: Eye Protection: Skin Protection: Other: Work / Hygienic Practices: Store and use in well ventilated areas. None required None required None required None Wash exposed skin prior to eating, drinking or smoking and at the end of each shift. Wash contaminated clothing prior to reuse. SECTION 8: PHYSICAL AND CHEMICAL PROPERTIES Appearance and Odor: Flash Point: Method Used: Evaporation Rate: pH (undiluted product): Solubility in Water: Vapor Density: Vapor Pressure: White and gray sheet. Not Applicable Not Applicable Not Applicable Not Applicable Insoluble Not Applicable Not Applicable Essentially no odor. Lower Explosive Limit: Upper Explosive Limit: Boiling Point: Melting Point: Specific Gravity: Percent Volatile: None None None Unknown Unknown Unknown SECTION 9: STABILITY AND REACTIVITY Thermal Stability: Hazardous Polymerization: Conditions to Avoid: Stable Will not occur None known. SECTION 10: TRANSPORTATION Regulatory Agency: Proper Shipping Name: Hazard Classification: Identification Number: Labels Required: Other Requirements: Not Regulated Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered to be a finished article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. March 2, 2009 Review only. (317) 575-7190 Submittal package prepared for QA Construction Services, Inc., Page 20 Firestone Building Products Company, LLC Material Safety Data Sheet January 6, 2012 Page: 3 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 21 TECHNICAL INFORMATION SHEET Acceptable Substrates: Notes: BUILDING PRODUCTS Structural Concrete (New) Structural Concrete (Existing) Gypsum Decks Lightweight Concrete Plywood and 058 Insulations: ISO 95+ GL RESiSTA FiberTop woodfiber ISOGARD ND Dens Deck Products New poured decks must be dry & cured; priming required. New poured decks must be dry & cured; priming required. New poured decks must be dry & cured; priming required. Cellular LWC only Priming required. Check local code for acceptance of direct application. Priming required. Priming required when applied below 60 "F (15.5 "C) Priming required. Priming required when applied below 60 °F (15.5 °C) Priming required; use of DensDeck Prime not recommended. Acceptable only when TPO SA is installed to insulation or a coverboord: Steel decks, Cementitious Wood Fiber / Tectum, Existing Asphalt and Granule Surfaced Modified Bitumen Roofs, Existing Single -Ply Roofs, NOT ACCEPTABLE: Reflectivity: Expanded/Extruded Polystyrene, Fiberglass, Perlite, Existing Single Ply Roofs, Existing Asphalt and Granule Surfaced Modified Bitumen Roofs, Coal Tar Pitch Built-up Roofs, Cementitious Wood Fiber / Tectum, Steel Deck Initial Weathered a Solar Reflectance ,��ss Thermal Emittance C RAC SRI Rated Product ID CHARTER mEmaERLicensed Manufacturer ID Classification Compliance: 0.74 0.84 90 0.58 0.84 68 Production Line Test Method 0033 0608 White Energy Star° Solar Reflectance Thermal Emittance Solar Reflectance Index (SRI) ASTM E903 ASTM E408 ASTM E1980 0.74 0.84 90 White Initial Solar Reflectance Aged Solar Reflectance (3 years) Cleaned prior to aged test? Initial Emittance Please Contact your Firestone Technical Coordinator at 1-800-428-4511 for further information. 0.74 0.58 No 0.84 This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials ..�hich meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is outhorired to vary this disdoi,ner. 'Firestone 'ENERGY STAR is only valid in the United States Firestone Building Products • 250 W. 96th Street, Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • www.firestonebpco.com S723 -RFS -340 Submittal package prepared for QA Construction Services, Inc., Page 46 12.20.2011 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 1 SECTION 1: PRODUCT IDENTIFICATION Product Name: Chemical Name / Synonym: Chemical Family: 24 -Hour Emergency Phone: Manufacturer's Name: Manufacturer's Address: NFPA Hazard Rating: HMIS Hazard Rating: Firestone UltraPlyTM TPO Membrane UltraPIyTM TPO Thermoplastic Membrane (White, Tan, Gray), UItraPIyTM TPO XR Thermoplastic Membrane (White, Tan, Gray), UltraPlyTM TPO (MD) Thermoplastic Membrane (White, Tan, Gray), UItraPIyTM TPO Reinforced Cover Strip (White, Tan, Gray), UItraPIyTM TPO Reinforced Curb Corners (White, Tan, Gray), TPO18" Curb Flashing (White, Tan, Gray); UltraPlyTM TPO Custom Accessories (White, Tan, Gray); UltraPlyTM TPO Reinforced Split Pipe Boots (White, Tan, Gray); UItraPIyTM TPO SA Membrane; UltraPlyT'•' TPO HS; UltraPlyTM TPO Walkway Pad Thermoplastic Polyolefin (800) 424-9300 CHEMTREC Firestone Building Products Company, LLC 250 West 96th Street, Indianapolis, IN 46260 Health 1, Flammability 1, Reactivity 0 Health 0, Flammability 1, Reactivity 0 SECTION 2: CHEMICAL COMPOSITION Chemical Name: Common Name: CAS #: (by wt) Exposure Limits: Nonhazardous as per 29 None None CFR 1910.1200. 100 None Established SECTION 3: HAZARD IDENTIFICATION Primary Route of Exposure: None Signs and Symptoms of Exposure: Medical Conditions Aggravated by Exposure: Chronic Effects: Carcinogenicity: No known adverse effects None known No known adverse effects None SECTION 4: FIRST AID MEASURES First Aid Procedures: No special action necessary. SECTION 5: FIRE FIGHTING PROCEDURES Suitable Extinguishing Media: Hazardous Combustion Products: Recommended Fire Fighting Procedures: Carbon dioxide, foam, sand/earth, or dry chemicals. Carbon dioxide and carbon monoxide, oxides of nitrogen, sulfur dioxide, partially burned carbon. Wear impermeable protective clothing and self-contained breathing apparatus. Toxic fumes and vapors may be evolved. Submittal package prepared for QA Construction Services, Inc., Page 47 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 2 Unusual Fire and Explosion Hazards: None known SECTION 6: PRECAUTIONS FOR SAFE HANDLING AND USE Steps to Be Taken in Case Material is Released or Spilled: Precautions to Be Taken in Handling and Storing: Not Applicable No special handling precautions. Store where materials are not exposed to excessive heat, cold or moisture. SECTION 7: EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation: Respiratory Protection: Eye Protection: Skin Protection: Other: Work / Hygienic Practices: Store and use in well ventilated areas. None required None required None required None Wash exposed skin prior to eating, drinking or smoking and at the end of each shift. Wash contaminated clothing prior to reuse. SECTION 8: PHYSICAL AND CHEMICAL PROPERTIES Appearance and Odor: Flash Point: Method Used: Evaporation Rate: pH (undiluted product): Solubility in Water: Vapor Density: Vapor Pressure: Black and white sheet, white and gray sheet, tan and gray sheet, gray and gray sheet, white sheet with fleece back membrane, white sheet, grey sheet, or tan sheet. Essentially no odor. Not Applicable Lower Explosive Limit: None Not Applicable Upper Explosive Limit: None Not Applicable Boiling Point: None Not Applicable Melting Point: Unknown Insoluble Specific Gravity: 0.94 Not Applicable Percent Volatile: Unknown Not Applicable SECTION 9: STABILITY AND REACTIVITY Thermal Stability: Hazardous Polymerization: Conditions to Avoid: Stable Will not occur None known SECTION 10: TRANSPORTATION Regulatory Agency: Proper Shipping Name: Hazard Classification: Identification Number: Labels Required: Other Requirements: Not Regulated Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Submittal package prepared for QA Construction Services, Inc., Page 48 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 3 SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered an article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. June 10, 2011 Additional product added under section 1. (317) 575-7190 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company, LLC assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 49 Oscar Salazar C-?_ Estimator7. GR i Commercial Roofing Repairs QA Construction Services,Inc. and Renovation 5811 Blue Sluff Road nrh cy + Single-Ply Roof Systoms Austin,TX 78724 tr Phone:512.637-6124 Shoat Metal Fabrication i www �t, and Installationsk ae r f Fax: 512-637-8811 Email: oscor@gasystems.com I 1 � MA v All r .G�Sx b� � u tr fi x io, F Yh"f ;yl'li�dl�;. Ytitid z, r�F4S�ltws:�w� db Z, M �y ki F rtk G, l" "S �01100 btfa1. 'N"�dr't ''^1 o. A de} , i ss 4',z r r;, � C��'f 5 ,� a;a a Y4Y ! > t rV t 1 A 16 1 1 t r 1 Sw i 1_ t S � Y k ROUND ROCK, TEXAS PURPOSE. PASSIM PROSPERRC City of Round Rock Agenda Item Summary Agenda Number: H.7 Title: Consider a resolution authorizing the Mayor to execute an agreement with QA Construction Services, Inc. for the repair and replacement of the Police Department roof. Type: Resolution Governing Body: City Council Agenda Date: 9/12/2013 Dept Director: Chad McDowell, General Services Director Cost: $299,000.00 Indexes: General Self -Financed Construction Attachments: Resolution, Bid Tab, Exhibit A Text of Legislative File 13-686 Item Summary: On May 31, 2013, the City of Round Rock released solicitation #13-030 for the Police Department Roofing Repair and Replacement. Eight bids were received on June 25, 2013. It has been determined that QA Construction provided the best response to the City's solicitation. Currently, the Police Departments roof leaks every time it rains. As Council is aware, when the building was constructed for the new Police station, the roof was not replaced. The original building had been expanded three times and we are currently dealing with two different styles of roof. The original roof for the Tellabs building was built in 1981. The City of Round Rock seeks an Agreement with QA Construction Services, Inc., to provide all labor, equipment and materials for the installation of the Round Rock Police Department roof. The estimated roof surface is approximately 126,000 square feet. The installation will be a 1 inch TPO roof that is installed over the existing roof similar to the roof that was installed at the Dell Diamond Complex. The Installation will be one layer of one -inch (1") poly board over the existing roof,(material is Thermoplastic Polyolefin). Goods and services shall be warranted against defects in materials and workmanship for a period of not less than twenty years. Completion will be 180 working days from start. Cost: $299,000.00 Source of Funds: General Self -financed Construction Action: Staff Recommends Approval. City of Round Rock Page 1 Printed on 9/10/2013 CITY OF ROUND ROCK AGREEMENT FOR POLICE DEPARTMENT ROOF REPAIR AND REPLACEMENT WITH OA CONSTRUCTION SERVICES, INC. THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS KNOW ALL BY THESE PRESENTS: THAT THIS AGREEMENT for on-site services in the nature of general building construction trades services (roofing repair and replacement) to be performed on the building occupied by the City's Police Department, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the 12 -day of the month of September, 2013 by and between the CITY OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and QA CONSTRUCTION SERVICES, INC., a Texas Corporation whose address is 5811 Blue Bluff Road, Austin, Texas 78724 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase certain on-site services in the nature of general building construction trades services (roofing repair and replacement) to be performed on a City - owned and City -occupied building, and to purchase goods and services related to roofing repairs and replacement, and City desires to procure same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated 00279290/ss2 - �� - o9 '17--4-H- Solicitation Number 13-030, Specification Number 13-770-26; 770-61 and 770-72; 914-73 ("IFB"); (b) Services Provider's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. This Agreement shall termination upon the successful completion of all services as set forth herein and in Exhibit "A." C. Prices shall be firm for the duration of this Agreement. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 2 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the services as outlined in the IFB Solicitation Number 13-030, Specification Number 13-770-26; 770-61; 770-72 and 914-73; and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Services Provider in its Response to the IFB. The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Exhibit "A" are awarded to Services Provider. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically IFB 13-030, Specification No. 13-770-26; 770-61; and 770-72 dated June 2013). Services Provider has issued its response agreeing to provide all such required services in all specified particulars. All such referenced documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS Bid costs listed on Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Services Provider. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; 3 C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Services Provider a written notice of termination at the end of its then current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or 4 EXECUTED ORIGINAL DOCUMENT FOLLOW B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performedthatcauses the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all insurance requirements as stated in the attached IFB, including all attachments and exhibits thereto, and Services Provider's bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: 5 Pete Dominguez, Facilities Manager City of Round Rock 212 Commerce Cove Round Rock, Texas 78664 512-341-3144 pdominguezAroundrocktexas. gov 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. 6 B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 7 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: QA Construction Services, Inc. 5811 Blue Bluff Road Austin, Texas 78724 Notice to City: Steve Norwood, City Manager 221 East Main Street AND TO: Round Rock, TX 78664 Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 8 24.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. 9 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas By: Printed Name: 1,6414 A.YZj v Title: (Ji1I(0V Date Signed: C 9.12 ` ( 3 fr)-7 Attest: By: Sara L. White, Cityc., For City prove By. G.:.►. . Stephan' . Sheets, City Attorney orm: 10 QA Construction Servi s, Inc. By: Prin d Name Title: /17/¢'1/iY Date Signed: / /L3 sow EXHIBIT „ «A» A CITY OF ROUND ROCK SOLCfTATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770.61.770-72.914-73 DATE JUNE 2013 INVITATION FOR BID POLICE DEPARTMENT ROOFING REPAIR AND REPLACEMENT PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks an Agreement with a qualified Individual, Firm, or Corporation, hereafter referred to as "Respondent", to provide all labor, equipment and materials for the repair and replacement of the Round Rock Police Department roofing. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.gov/home/index.asp?page=463. 2.1. Any acceptance to or additional terms and conditions attached to the response will not be considered unless respondent specifically references them on the front of the Solicitation Document. WARNING: Exception to or additional terms and conditions may result in disqualification of the response. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at: http://www.roundrocktexas.gov/home/index.asp?page=463. 4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Reference Sheet 4.2. Attachment B: Sample Installation Sites 4.3. Attachment C: US Environmental Protection Agency Energy Star Qualifications 5. CLARIFICATION: For questions or clarifications of specifications, you may contact: Joy Baggett Purchasing Department City of Round Rock Telephone: 512-218-6682 jbaggett@roundrocktexas.gov The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 6. RESPONDENT REQUIREMENTS: The opening of a solicitation shall not be construed as the City's acceptance of such as qualified and responsive. 1 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 •770-72.914-73 DATE JUNE 2013 6.1. Respondents shall be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 6.2. Respondent shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient senrice to the City. 6.3. Respondent warrants and agrees that all materials supplied hereunder shall be manufactured and produced in compliance with the laws, regulations, codes, terms, standards, and/or requirements of Underwriter's Laboratories Incorporated, all Federal, State, and local authorities, and all other authorities having jurisdiction, and that performance of goods shall be in accordance with the above laws, regulations, codes, terms, standards, and/or requirements, and agrees upon request, to fumish the City a certificate of compliance therewith in such forms as the City may require. 6.4. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with foreign vendors, Respondent shall be located within the United States. 7. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or delete any portion of the response, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 7.1. Purchase price; 7.2. Reputation of Respondent and of Respondent's goods and services; 7.3. Quality of the Respondent's goods and services; 7.4. The extent to which the goods and services meet the City's needs; 7.5. Respondent's past relationship with the City; 7.6. The total long-term cost to the City to acquire the Respondent's goods or services; 7.7. Any relevant criteria specifically listed in the solicitation. 8. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single award, split awards, non -award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas.gov/home/index.asp?page=463. 9. ACCEPTANCE: Acceptance inspection should not take more than thirty (30) working days from completion of scope of work outlined herein. The vendor will be notified within this time frame if the goods delivered are not in full compliance with the specifications. If any agreement or purchase order is canceled for non-acceptance, the needed good may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 10. QUANTITIES: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum volume is made or implied. The City shall only order the goods or services needed to satisfy operating requirements within budgetary constraints, which may be more or less than indicated. 11. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late 2 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 11.1. There is a bona fide dispute between the City and Vendor conceming the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 11.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 11.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers conceming supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 11.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 12. INVOICING: City shall pay for work completed and accepted with receipt of correct invoice from successful Respondent per the City's Prompt Payment Policy. No mobilization fees or deposits shall be paid. 13. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) June 11th, 10:00 AM Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 On site cell phone: 512-801-6989 1.3. Deadline for questions 1.4. City responses to all questions or addendums 1.5. Responses for solicitation due by 3:00 PM May 31, 2013 June 11, 2013 June 13, 2013 June 18, 2013 June 25, 2013 All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on our webpage, http://www.roundrocktexas.gov/home/index.asp?page=463. Questions shall be submitted to the City contact named herein. 3 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61 • 770-72 • 914-73 DATE JUNE 2013 The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/home/index.asp?page=463 for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 3. PRE -SOLICITATION MEETING, SITE VISIT AND INSPECTION: A pre -solicitation meeting, site visit and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The site visit and inspection will immediately follow the pre -solicitation meeting. The pre -solicitation meeting will be conducted on: June 11th, 10:00 AM Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 3.1. The City considers this pre -solicitation meeting mandatory. The City reserves the right to determine a response "not available for award" if the Respondent fails to attend this pre - solicitation meeting. Respondents shall sign -in at the pre -solicitation meeting to document their attendance. 3.2. Respondents are encouraged to bring a copy of the solicitation document with them to the meeting. 3.3. Respondents are required to provide their own transportation for the site inspection. 3.4. It is the responsibility of the Respondent to examine the facility, determine quantity, amounts, take precise measurements, material requirements and other solicitation related details during said inspections. 3.5. Repeat visits to the facility will not be permitted. 4. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if return address is provided. 4.5. Responses cannot be altered or amended after opening. 4.6. No response can be withdrawn after opening without written approval from the City for an acceptable reason. 4 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 4.7. The City will not be bound by any oral statement or offer made contrary to the written specifications 5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 5.1. Provide City contact(s) information for implementation of agreement. 5.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. SCOPE OF WORK: Successful Respondent shall provide all labor, equipment and materials for the repair and replacement of the Round Rock Police Department roofing. 2. LOCATION: The Round Rock Police Department is located at: Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 3. ROOF SURFACE AREA: The estimated roof surface area is 126,000 square feet. Respondents are responsible for taking their own measurements as noted during the mandatory pre -solicitation conference. No allowance shall be made for overages. 4. ENERGY STAR REQUIREMENTS: The City is participating in the Oncor Govemment Facilities Program (GFP): Energy Efficiency Incentives. In addition to the specifications outlined herein, the roofing shall meet or exceed the conditions set forth by the US Environmental Protection Agency Energy Star qualifications. Energy Star system requirements can be found in Attachment C herein. 5. ROOF COLOR: The preferred color of roof material is white. 6. ROOF PREPARATION: Respondent's cost proposal shall include all existing roof surface preparation including but not limited to: 6.1. Repairing existing blisters and insulation as needed; 6.2. Installing one layer of one -inch (1") poly board over the existing roof; 6.3. Presenting existing drain elevations; 6.4. Correcting those areas that do not drain properly. These areas shall be identified at the pre - solicitation meeting. 7. ROOF INSTALLATION: Respondent shall: 7.1. Install roofing material onto the roof and 30 inches up onto the sides of the adjoining walls; 7.2. Use counter flashing and T -bar as needed; 7.3. Preserve existing wall pads and re -install; 7.4. Loosen existing lightening rod protection system and re -adhere to new roof as needed; 7.5. Lift and reset existing heating, ventilation and air condition (HVAC) systems. 8. ROOF MATERIALS: Preferred material is Thermoplastic Polyolefin, however, the City may consider any altemate equivalent that meets with ASTM D 6878 standards. 5 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 8.1. Documentation of ASTM 6878 compliance shall be submitted with response. 9. SUBCONTRACTORS: Subcontractors shall not be used for the services specified herein. 10. COMPLETION DATE: The scope of work identified herein shall be complete no later than one hundred -eighty (180) days from receipt of Work Authorization from City. 11. BONDING: At the time of award, successful respondent shall be required to execute a good and sufficient payment bond AND performance bond. All bonds and insurance required by the agreement shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the City and shall be issued by a surety which complies with the requirements of Art. 7.19-1, Texas Insurance Code (1997) and which is otherwise acceptable to the City. City may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. The bonds must be: 11.1. In the full amount of the contract price; 11.2. Conditioned that the contractor shall faithfully perform the contract; and 11.3. Bonds shall be executed and delivered to the City within 10 days of the award of contract; 12. WARRANTY: The goods and services shall be warranted against defects in material and workmanship for a period of not less than twenty (20) years beginning with the date of acceptance. If the manufacturer's standard warranty exceeds twenty (20) years then the manufacturer's warranty shall be in effect. 12.1. Respondent shall submit warranty information with response. 13. LIQUIDATED DAMAGES: Respondent shall understand and agree that the anticipated time to complete for the scope of work outlined here, which is one hundred -eighty (180) days, is a reasonable time for the completion of said work. If successful respondent neglects, fails or refuses to complete the work within this specified timeframe, without being granted a written extension by the City, and exceeds this timeframe, successful respondent shall pay to City $1,000 per day to City as liquidated damages until said work is complete. Amount shall be deducted from balance due successful respondent. 6 of 9 Tab #1 Tab #2 Tab #3 Tab #4 Tab #5 Tab #6 Tab #7 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.77061 •770-72.914-73 DATE JUNE 2013 PART IV RESPONSE REQUIREMENTS The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one (1) executed (signed) original and three (3) copies of each response. For your bid to be responsive, all required attachments identified below shall be submitted with your proposal. The Samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City unless the Respondent provides a return envelope and postage. 1. Responses shall be submitted on itemized, signed Solicitation Document provided herein. Failure to itemize or sign solicitation may result in disqualification. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment A: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (Attachment A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 3. Respondent shall provide detailed warranty information. 4. Respondent shall provide proof of insurance in the form of an Acord Certificate. 5. Respondent shall provide proof of bonding capacity as specified herein. Actual bonds shall be executed and delivered to the City within 10 days of the award of contract. Pricing on bid sheet shall be inclusive of bid bonds as specified herein. 6. Respondent shall provide professional certification information. 7. Respondent shall provide product specification information. Product sheets may be included along with ASTM and Energy Star compliance information. 8. Respondent shall provide three (3) sample installation sites of similar roofing systems within 120 miles of Round Rock. Information shall contain the site address, client name, active telephone number and valid e-mail address. City may visit these sites and speak to these clients prior to making an award. Attachment B is herein provided for this information. 7 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 PART V CONFIDENTIALITY OF CONTENT All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attomey General of Texas for final determination. 8 of 9 �Y.»rnrr�rr•� �nl�•�N�ire��r.]�. ROUND ROCK. TEXAS PLRP(N PA.V,{(04 PROWLEOP BIDFORM — PAGE 1/2 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #13-030 Solicitation Name: Police Department Roof Replacement and Repair Opening Date: June 25, 2013 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRST TIME RESPONDING TO CITY OF ROUND ROCK? ' E PONDENT INFORMATI • Tax ID Number: Business Name: Address: Address: Contact: Telephone: Entity Type: E-mail: nNewspaper City's Website n E-mail Announcement ❑ ESBD n Other nYes ❑ No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? nYes n No Register at: roundrocktexas.gov/VendorCentral Item # Item Name Unit Of Measure Estimated Quantity Cost Per Square Total Cost 1 Police Department Roof Repair and Replacement SF 126,000 Total Cost Completion in Days IT.1• l/ ROUND ROCK TEXAS Pt-RPOSE. PAC41OM. N OVI RITY BIDFORM — PAGE 2/2 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 By the signature hereon affixed, the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I, #14 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? nYes n No Response shall include one (1) signed original and three (3) copies of response. Printed Name Failure to sign response will disqualify response. Authorized Signature Date SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number Fax Number: ( Fax Number: Fax Number: ( FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 9 of 9 ATTACHMENT B Name of Respondent: 1117111 •N= -Mai Addres . -Mai A.dr- 0 L 0. v a 1- 0 L 0 CLI a ORIVIZITIMITZ UUMMTIIMPffM ient and Contact N. I:, MEMIFITRWITFNINIM Attachment C Oncor Government Facilities Program (GFP): Energy Efficiency Incentives — Energy Star roofing requirements Introduction Government Facilities Program Oncor's Government Facilities Program (GFP) was created to help city and county governments reduce energy use and expenditures through energy efficiency upgrade projects. The no -cost program is available to local government entities in Oncor's service area. Oncor's GFP helps organizations minimize the impact of volatile energy costs, ease budget pressures, and improve infrastructure by transforming how they think and act toward energy use. It educates organizations on energy management, bridges the communication gap between energy managers and finance officials, and provides technical and communications assistance to evaluate opportunities and publicize successes. Incentives vary between $69-$251 per kW and $0.02-$0.08 per kWh, depending on measure type. Incentives are paid on a first come, first served basis until the annual budget is exhausted. Incentives are calculated using the deemed energy savings figures from the Texas Public Utilities Commission. Payment amounts vary with the size of the project. US Environmental Protection Agency Energy Star° ENERGY STAR° is the trusted, government -backed symbol for energy efficiency helping us all save money and protect the environment through energy-efficient products and practices. The ENERGY STAR° label was established to: • Reduce greenhouse gas emissions and other pollutants caused by the inefficient use of energy; and • Make it easy for consumers to identify and purchase energy-efficient products that offer savings on energy bills without sacrificing performance, features, and comfort. Products can earn the ENERGY STAR° label by meeting the energy efficiency requirements set forth in ENERGY STAR product specifications. EPA establishes these specifications based on the following set of key guiding principles: • Product categories must contribute significant energy savings nationwide. • Qualified products must deliver the features and performance demanded by consumers, in addition to increased energy efficiency. • If the qualified product costs more than a conventional, less -efficient counterpart, purchasers will recover their investment in increased energy efficiency through utility bill savings, within a reasonable period of time. • Energy efficiency can be achieved through broadly available, non-proprietary technologies offered by more than one manufacturer. • Product energy consumption and performance can be measured and verified with testing. • Labeling would effectively differentiate products and be visible for purchasers. Energy Star Roofing ENERGY STAR° qualified roof products reflect more of the sun's rays. This can lower roof surface temperature by up to 100°F, decreasing the amount of heat transferred into a building. The installation of an ENERGY STAR® Roof decreases the roofing heat transfer coefficient and reduces the solar heat transmitted to the building space. During months when cooling is required in the building, this measure decreases cooling energy use. Qualified roof products can help reduce the amount of air conditioning needed in buildings, and can reduce peak cooling demand by 10-15 percent. Roof products originally qualified for the ENERGY STAR® label in February, 1999. Product submissions must include initial emissivity data for all existing and new products. All new products cannot be cleaned prior to the three year test. Reflectivity requirements differ for low -slope and steep -slope roofs. The ENERGY STAR® energy -efficiency criteria do not include a specification for roof insulation. Oncor Government Facilities Program (GFP) Requirements The measure demand and energy savings are calculated based on the roof area above conditioned space, change in heat transfer coefficient and cooling equipment efficiency. In order for a municipality participating in the GFP to obtain incentive rebates the roof retrofit project must meet the following conditions: 1) Roof materials applied to a roof with a slope of 2/12 or less only 2) Reflectivity must be at least 65% after three (3) years 3) Gravel should not be layered on top of the Energy Star Roof 4) Have at least a 10 -year -life 5) and be listed at: http://www.energystar.gov/index.cfm?c=roof prods.pr roof products 6J CLEAResult and Oncor will make final determination of whether ES roofing material qualifies for program incentives The following steps comprise the simplified M&V procedure for ENERGY STAR® Roof installations. 1. Collect data characterizing the existing roofing area: square footage of conditioned roofing (roofing plan with dimensions required), amount of insulation, amount of slope, and the reflectance of the current roof. Identify the type and rated efficiency of the cooling equipment in the building. Provide roof core samples of the existing roof. 2. Document the installed ENERGY STAR° Roof reflectance coefficient and insulation value of the newly installed roof. 3. Based on the characteristics of the existing roof, newly installed roofing, and cooling equipment determine the annual demand and energy savings using the Roof Savings calculation spreadsheet (E5.xls). Post -installation Survey The Service Provider should provide manufacturer's data for the ENERGY STAR® Roof: specifically the solar reflectance, both initial and after three (3) years, the insulating value, and the rated life of the installed roof. These data are required as part of the Installation Notice (IN). Post -installation Inspection Oncor or its contractor will conduct a post -installation inspection to verify the documented characteristics of the building: roof area above conditioned space, slope, insulation, reflectivity and cooling equipment type. Oncor will make any necessary corrections to the reported conditions based upon the results of the inspection. If the Project is comprised of many small installations, Oncor will inspect a randomly selected sample of the ENERGY STAR® Roof installations completed by the Service Provider. CALCULATION OF ENERGY SAVINGS Oncor uses the ASHRAE heat balance method. ATTACHMENT A CITY OF ROUND ROCK INSURANCE REQUIREMENTS 1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder, its agents, representatives, volunteers, employees or subcontractors. 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1. General Liability Policy 1.2.2. Automobile Liability Policy 1.2.3. Worker's Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance 1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 1.3.5. Policies shall include, but not be limited to, the following minimum limits: 1.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 1.3.5.3. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 1.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 1.5. Vendor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following provisions: 1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 1.5.2. Name the City and its officers, employees, and elected officials as additional insured's, (as the interest of each insured may appear) as to all applicable coverage. 1.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1.5.6. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. 1.5.7. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 1.5.8. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 1.5.10. All notices shall be mailed to the City at the following addresses: Assistant City Manager City of Round Rock 221 East Main Round Rock, TX 78664-5299 City Attorney City of Round Rock 309 East Main Round Rock, TX 78664 6. WORKERS COMPENSATION INSURANCE 6.1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 6.1.1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation 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. 6.1.2. 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 OWNER. 6.2. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 6.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that 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. 6.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 6.5. 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 OWNER showing that coverage has been extended. 6.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: 6.6.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and 6.6.2. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 6.8, The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 6.9. 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. 6.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: 6.10.1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; 6.10.2. 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 a project, for the duration of the project; 6.10.3. 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; 6.10.3.1. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 6.10.3.1.1. 6.10.3.1.2. a certificate of coverage, prior to the other person beginning work on the project; and 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 6.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar 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 6.10.3.4. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the certificates of coverage to be provided to the person for whom they are providing services. 6.10.3.5. By signing the solicitation associated with this specification, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor 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 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. 6.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. • LICITATION INFORMAT • 1. BID'FORM — PAGE 1/2 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: Solicitation Name: Opening Date: Opening Time: Opening Location: #13-030 Police Department Roof Replacement and Repair June 25, 2013 On or Before 3:00 PM CST City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRSTTIME RESPONDING TO CITY OF ROUND ROCK? nNewspaper Yeso ' ESPONDENT INFORMATION Tax ID Number: Business Name: Address: Address: Contact: Telephone: Entity Type: E-mail: O2-o555Zl® tct cfhichAii 58i/ giuLfid-r sf %) 7872v OsC2r. jQ( c r- 5/2- 657 -co Z Grp 3rc tc);7 osr- r( qcQt�S�e,',. City's Website n E-mail Announcement IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? ESBD Other es n No Register at: roundr, sine xas. :;qtr/Vend orCentrr:i Item # Item Name Unit Of Measure Estimated Quantity Cost Per Square Total Cost 1 Police Department Roof Repair and Replacement SF 126,000 2-31; tz 9 OC) Total Cost tai c4 Completion in 4/0 Days L�I,1 IL�I uT ►moi �� kOa BID' FORM — PAGE 2/2 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 By the signature hereon affixed, the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I. t4 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other govemmental agencies? Yes n No Response shall include one (1) signed original and three (3) copies of response. f'; Printed Name Failure to sign response will disqualify response. Authorized Signature Name of Respondent: ATTACHMENT B SAMPLE INSTALLATION SITES For Solicitation #13-030 Police Department Roof Replacement Client and Contact Name Address of Site Telephone E -Mail Address 4, 6•Alip 5yo9 Xeic r. -r - frf,c 7— we--- r 105 Gos-f' Old o -f 6-11,/ 5tl 7l ._1.70 til 92-7141/ pars -69s c.,0Yr1 rcIiAick -f d four.C.cW tor sM 4 4/1 4/5 5-4- /96,s7ti i %;. -7 05/ 5/7- t vairj 5F1? )40rutn. (r. mow, � ua� iig/e Ccicdas) SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770.61 •770.72.914-73 DATE JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER;) /3-050 RESPONDENT'S NAME: Q%(h�%, G`f rt 72/1/l( - r DATE: l�� it7/3 Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zap Code Telephone Number //Ws OTC 77(bt, (`ltz ) /2£"21q/d?xMO ax Number: ( ) oct flee /7; Wa1.irers (5!a f -555-7 Fax Number: (7/O ) Fax Number: ( FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 9 of 9 SOLICITATION NUMBER 13-030 SPECIFICATION NUMBER 13-770-26.770-61.770-72.914-73 DATE JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: /3" O. RESPONDENT'S NAME: 1 l tL C DATE: 0 2O/3 Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zp Code Telephone Number or"'$*{ n'* L-7)( �7ee y,Q ffr likr1Qp - (1/Z) €354L-532.1 Fax Number: Mer/CCrt? ! G - K ' glfir l ( 5Z ) 91f-4/3 Fax Number: /'Y2US 9I7- 4.-)‘/61Lkyd (5/2 )85-4-0000 Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 9 of 9 QA Construction Services, Inc. 5811 Blue Bluff Rd Austin, TX 78724 512-637-6124 Oscar@qasystems.com To Whom It May Concern: Please be advised that QA Construction Services, Inc. has bonding capabilities and uses the services of John Buchanan CPCU,CIC,CRM with BRIA Insurance & Risk Consultants Capital of Texas Plaza/ 9015 Mountain Ridge Drive, Suite 350, Austin TX 78759 ph. 512-343-1106 ext. 2009. Mr. John Buchanan will be happy to answer and of your concerns about our bonding capabilities. QACON-1 OP ID: CB '`'� R©n CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 06125!2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 512-343-1106 BRIA Ins. & Risk ConsultantsFax: 512-3431864 P.O. Box 10388 - Austin, TX 78766-1388 John Buchanan CONTACT PHONE FAX (A1C. No. EMI: (A1C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Texas Mutual Ins. Co. 22945 INSURED QA Construction Services, Inc. 3267 Bee Caves Rd, Ste 107-514 Austin, TX 78746 INSURER 9: INSURER c: 5 INSURER D: 5 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF POLICY EXP IMM/DDIYYYY)' (MMIDDIYYYY1 LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 PRI O REN fED PREMISES (Ea occurrence) 5 CLAIMS -MADE OCCUR MED EXP (Any one person) S PERSONAL & ADV INJURY GENERAL AGGREGATE 5 5 GEM AGGREGATE LIMIT APPLIES PER: 7 POLICY 1 1 JECPROT- , LOC PRODUCTS - COMP/OP AGG S S AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ _5 SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) 5 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) S PROPERTY DAMAGE s (Per accident) UMBRELLA LIAR EXCESS LIAB OCCUR —{ CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S DED - RETENTION S S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N 1 A TSF0001178306 ! 03/29/2013 103/29/2014 i X 1 TORYTATU- I I0T E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT I S 1,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS ( VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Workers Compensation policy includes a Blanket Waiver of Subrogation for any person or organizatin for whom the Named Insured has agreed by written contract to furnish this waiver. CERTIFICATE HOLDER CANCELLATION ROUNDO5 City of Round Rock Attn: Assistant City Manager 221 East Main Street Round Rock, TX 78664-5299 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. AH rights reserved. The ACORD name and logo are registered marks of ACORD ACORL® CERTIFICATE OF LIABILITY INSURANCE 1/4,------ DATE(MWDD/YYYY) 6/25/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lily Gutierrez Insurance Agency 17 Treemont Drive Austin, TX 78746 =CT Lily Gutierrez ONE (A/CC No Ext); 512-637-6120 FAX Lit*512-637-8811 POLICY EXPM/ (MM/DD(YYYY) AADDDREDRE SS: Ig rr.utierrez3 austin.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: First Mercury Insurance 10657 INSURED QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78746 INSURER B : Progressive County Mutual Insurance 29203 INSURERC: Torus National Insurance Company EACH OCCURRENCE INSURER D : DAMAGE TO R PREMISES (EaENTEoccur ence) INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MDD/YYYY) POLICY EXPM/ (MM/DD(YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY X X TX -CGL -0000004607-01 01/23/2013 01/23/2014 EACH OCCURRENCE $ 1,000,000 DAMAGE TO R PREMISES (EaENTEoccur ence) $ - 50,000 J CLAIMS -MADE X OCCUR , MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM. AGGREGATE POLICY OTHER: X LIMIT APPLIES JE PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Designated Projects $ 5,000,000 B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS f i --NON-OWNED SCHEDULED TOS AUTOS x x 04343705 09/12/2012 09/12/2013 COMBINED dcccentSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE accident) $ 50,000 _(Per $ C — X UMBRELLA UAB EXCESS LIAR X I OCCUR CLAIMS -MADE X X 57465C130ALI 05/31/201305/31/2014 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below N / A STATUTE ER E.L. EACH ACCIDENT I E.L. DISEASE - EA EMPLOYEE $ I E.L. DISEASE - POLICY LIMIT I $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mo e space Is required) Project: Police Department Roofing Repair and Replacement CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 East Main Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Lily Gutierrez ACORD 25 (2013/04) © 1988-2013 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Current Projects Travis County Del Valle Correctional Bldg 140 Roof Replacement Contract Amount: $ 537,745.00 Contact: Mark Stefanov Contact Phone#: 512-854-5321 Start Date: 12/26/2012 Completion Date: 03/15/2013 Highlights Gametime Grill New Roof Contract Amount: $ 110,000.00 Start Date: 2/4/2013 Completion Date: 03/8/2013 Past Projects Jourdanton ISD Jourdanton Middle School Renovations Sabinal Group Contract Amount: $ 615,000.00 Start Date: May 7, 2012 Completion Date: November 15, 2012 South Austin Recreation Center Roof Replacement Owner: City of Austin Parks and Recs GC: Rain King Contract Amount: $ 183,398.00 Estimated Completion Date: October 31, 2012 Tiger Tote- Shiner New Construction — new roof Contract Amount: $ 70,000.00 Completion Date: October 15, 2012 San Felipe Del Rio CISD Little Theatre Roof Replacement Freshman Gym Roof Replacement Architect: John Graves and Associates Contract Amount: $ 170,000.00 Completion Date: October 15, 2012 Kingsville ISD Various Schools Roof Repairs Contract Amount: $ 50,000 Completion Date: September 1, 2012 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Llano ISD Vanguard Contractors Administration Building Reroof Contract Amount: $280,000.00 Start Date: March 27, 2012 Completion Date: June 15, 2012 Travis County East Command Center Roof Replacement Contract# B110308 -JE Contract Amount: $ 669,975.00 Start Date: January 1, 2012 Completion Date: April 25, 2012 Travis County 700 Lavaca Upper Roof Replacement Contract# 11 K00266JE Contract Amount: $ 525,000.00 Start Date: January 1, 2012 Completion Date: April 25, 2012 Lincoln Heights The Whiting Turner Contract Company Contract Amount: $ 237,040.00 Start Date: July 5, 2011 Estimated Completion Date: Nov 30, 2011 Camp Swift Training Site Owner: Adjutant General's Office Contract Amount: $162,875.00 Start Date: October 2011 Completion Date: November 30, 2011 Contact: John Besser — 512-782-5277 Camp Swift UTES #3 Owner: Adjutant General's Office Contract Amount: $ 108,950.00 Start Date: October 2011 Completion Date: November 30, 2011 Contact: John Besser — 512-782-5277 Travis County TCJ Roof Walls Weatherization Project Contract Amount: $1,514.927.00 + Start Date: January 3, 2011 Completion Date: September 15, 2011 Percent Complete: 100% Contact: Mark Stefanov - Engineer Contact Phone#: 512-854-5321 Hays CISD Roofing and Related Work Various Campuses Contract Amount: $ 396,805.00 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Start Date: July 1, 2011 Completion Date: August 20, 2011 Contact: Tina Constable 512-268-2141, ext. 6088 Travis County Travis County — Re -Roof of Designated Areas at the Gardner Betts Juvenile Center Contract No.: 10K00078JT Garland Rep: Sam Heffernan: 512-789-4048 Travis County Contact: John Carr — 512-844-2821 Completion: August 31, 2010 Contract Amount: $580,000.00 American Cancer Society Re -Roof Contract Amount: $400,000.00 2433 Ridgepoint Dr Austin, TX 78754 Tremco Rep: Stratton Flett: 512-784-8717 ACS Main Contact: Jeff Bullock — 512-919-1813 Completion Date: Feb 2010 American Income Marketing Services Re -Roof AIMS building Contact: Bryan Hendrix (405) 749-7448 Contract Amount: $371,950.00 Start Date: 10/4/2010 Completion: 12/4/2010 Luling ISD Stephanie Timms 830-875-3191 Luling ISD Junior High Roof Replacement From / To 02/15/2008 Roof Repair and Replacement Contract Amount $400,000.00 Texas School for the Deaf Mike Walters 512-848-5557 Phase 2 Re -roof of 8 buildings From / To Aug 10/3/08 Tear off and 4GIG with Gravel Surface SBS base and metal flashings Contract Amount $477,330.00 Hillcrest Baptist Medical Center — Waco, TX Mike Dorsey 210-219-9098 Hillcrest Baptist Medical Center Roof renovations with SBS modified granular surface with Energy Star coating Various project last 3 years SBS modified roof with Energy Start Coating Contract amounts $670,000 GC Embree Construction Cory Dealz 512-819-4793 Capital One Bank roof replacement of 13 branch banks - Austin/San Antonio and rural areas QA Construction Services, lnc. 5811 Blue Bluff Road Austin, TY 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 From / To Aug — Jan 2008 Contract Amount $877,178.00 Hays CISD Ken Myer 210-744-4884 Re -Roof of High School Gym, Band Hall, Cafeteria and Science wing From / To 8/22/2008 SBS modified roof with Energy Start Coating Contract Amount $773,540.00 Project last 5 years Hillcrest Tower Project Amount: $175,150.00 Completion Date: 08/31/2005 Hewitt Clinic Owner: Hillcrest Baptist Medical Center Project Amount: $62,370.00 Completion Date: 08/31/2005 Metz Recreation Center —Renovations and Additions Owner: City of Austin Project Amount: $56,000.00 Completion Date: 08/31/2005 Capital Metro — Renovations and Additions Project Amount: $61,125.00 Completion Date: 08/31/2005 University of Texas Catwalk Owner: University of Texas Contract Price: $44,495.95 Completion Date: 08/31/2005 Speak Easy (412 Congress) Owner: The Olsen Company Contract Price: $143,600.00 Completion Date: 10/31/2005 DeZavala Elementary — Additions and Renovations Owner: San Marcos CISD Project Amount: $187,200 Completion Date: 11/30/2005 Project: Western Canyon Regional Water Project Owner: Guadalupe Blanco River Authority 4775 South Crains Mill Canyon Lake, Texas 78133 Contractor: Cajun Constructors Inc. Contract Price: $69,000 Lincoln Heights Shopping Center- San Antonio, Texas Owner: Reata Property Management Co. QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Contract Price: $129,610.00 Customer: TXDOT - Service Center Owner: Texas Department of Transportation Contract Price: $130,480.00 Completion Date: 05/31/2006 Contractor: FT Woods Austin Wine Merchant Owner: Miller Blueprint Contract Price: $39,000 Completion Date: 05/15/2006 100% completion with company's own force Travis County — Holt Building John Carr - 844-2821 Owner: Travis County Contract Price: $39,000.00 Completion Date: 07/14/2006 100% completion with company's own force The following projects were completed in 2007 GC Embree Construction Sonne Persons 512-819-4700 Capital One Bank roof replacement of 13 branch banks - Austin/San Antonio and rural areas From / To Aug — Jan 2008 New roof construction, built up and metal roofs Contract Amount $877,178.00 Hillcrest Baptist Medical Center Mike Dorsey 210-219-9098 Hillcrest Baptist Medical Center Roof renovations with SBS modified granular surface with Energy Star coating From / To 5/1/2007 — 9/30/2007 Roof renovations with SBS modified granular surface with Energy Star coating Contract amount $424,000 MGM Realty Mike Martens 210-219-9098 Steeplechase Condominiums Various Renovations — San Antonio, Texas From / To May —Aug 2007 Concrete tile roof replacement over ice and water shield • Contract Amount $400,000 Workman Commercial Mike Uker 512-748-1058 Capital One - Blanco From / To Oct — Dec 2007 New roof construction, built up and metal roofs Contract Amount $97,150 Tremco WTI Stratton Flett 512-784-8717 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6121) Fax: (512) 637-8811 Vanity Fair, San Marcos Outlet Roof Restoration From / To Oct — Dec 2007 Urethane restoration with polyester reinforcement and Energy Star coating Contract Amount $ 303,045 Towers of Town Lake Association Johnny Bowles 512-477-8866 Towers of Town Lake Clay Tile Renovation From / To Nov 2007 Remove tile, install underlayment Contract Amount $80,000 Pennfield Austin, Inc. David Lawrence 512-413-6290 Penn Field Roof Replacement Building H From / To December 2007 Removal of metal roof and dispose of insulation and new roof installation Contract Amount $284,000 The following projects were completed in 2008 Serranos Restaurant SouthparK Meadows David Quintanilla 512-923-7676 New Roof Construction From / To Jan 2008 New SBS modified roof system installation including metal roof Contract Amount: $70,000.00 Luling ISD Stephanie Timms Luling ISD Junior High Roof Replacement From / To 02/15/2008 Roof Repair and Replacement Contract Amount $400,000.00 Pearsall ISD Troy Summers 210-227-8127 New Roof and Roof Replacement of 3 buildings From / To Feb 15 - May 15, 2008 4GIG Gravel surface with SBS modified base flashing Contract Amount $285,000.00 Texas School for the Deaf Mike Walters 512-848-5557 Re -Roof of Building 8 From / To May 2008 Tear off pitch roof install 2 ply mop Contract Amount $85,750.00 Hays CISD Ken Myer 210-744-4884 Re -Roof of High School Gym, Band Hall, Cafeteria and Science wing From / To 8/22/2008 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 SBS modified roof with Energy Start Coating Contract Amount $773,540.00 Texas School for the Deaf Mike Walters 512-848-5557 Phase 2 Re -roof of 8 buildings From / To Aug 10/3/08 Tear off and 4GIG with Gravel Surface SBS base and metal flashings Contract Amount $477,330.00 Marshall Construction Charlie Coffer 361-883-4369 IBC Bank — Leander new roof construction From / To Nov — Dec 2008 SBS Modified Roof Assembly Contract Amount: $147,500.00 DPR Construction Travis Roby 512-845-1793 Metroplex Women's Health Center Killeen new construction From / To Dec 2008 — Feb 2009 SBS modified roof installation Contract Amount $79,960 Projects 2009 Battle of the Flowers Association Barbara Harrison 210-828-8864 Re -Roof of warehouse buildings From / To Jan 2009 — Mar 2009 R -mer Lite metal roofing assembly Contract Amount $199,150.00 Workman Commercial John Kristofferson 512-326-9293 Capitol One Bank- Braker Lane New Roof Construction From / To May 2009 — Aug 2009 Energy Star and metal roof construction Contract Amount $102,000.00 Marshal Company Don Boyd 361-883-4369 IBC Bank — Govalle New Roof Construction From / To May 2009 — Aug 2009 SBS modified Roof Contract Amount $147,500.00 City of San Marcos Ken Claybourne 512.393.8403 kclaybourn@sanmarcostx.gov Repair of Metal and Membrane Roofs at City Facilities, Project No. 07-038A From / To July 2009 - Aug 15, 2009 Contract Amount: $200,000.00 SBS modified Energy Star roofs, standing seam metal roof QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78 724 Phonc: (512) 637-6120 Fax: (512) 637-8811 Comerica Bank GC: Structure Project Amount: $64,600.00 Completetion Date: December 2009 Projects 2010 American Cancer Society Re -Roof Contract Amount: $394,250.00 2433 Ridgepoint Dr Austin, TX 78754 Jeff Bullock — 512-919-1813 Completion Date: Feb 2010 Austin Community College Rio Grande Campus Contractor: Barlett Cocke Contract Amount: $ 222,457.00 Completetion Date: July 2, 2010 City of Austin Barton Springs Bath House Owner: City of Austin Contract Amount: $ 97,050.00 Completion Date: 5/2010 City of Cedar Park Library Contract Amount: $69,000 Completion Date: 6/2010 Ninfas Restaurant Houston, TX Owner: Cafe Services Contract Amount: $80,000 Completion Date: 6/2010 Travis County Travis County — Re -Roof of Designated Areas at the Gardner Betts Juvenile Center Contract No.: 10K00078JT Garland Rep: Sam Heffernan: 512-789-4048 Travis County Contact: John Carr — 512-844-2821 Completion Date: August 31, 2010 Contract Amount: $580,000.00 Bonding Company: Suretec Sarita Elementary Kenedy County Schools DBS, Inc. Kirk Henline: 866-327-0306 Contract Amount: $ 45,769.00 Completion Date: 9/15/2010 QA Construction Scn'ices, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Old Del Rio Middle School San Felipe Del Rio CISD Mike Salinas: 830-778-4000 RF#10-09 Contract Amount: 115,000.00 Completion Date: 9/10/2010 Lamar Elementary — Moody Cafeteria Roof San Felipe Del Rio CISD Templeton Construction Jim Smith: 325-653-6904 Contract Amount: $87,500.00 Completion Date: 10/1/2010 Old Settlers Commons — Re -Roof Contractor: Wesport Group Contact: Ingrid Smart ismart(a?westport-group.com Contract Amount: $ 72,930.00 Completion Date: 10/15/2010 American Income Marketing Services Re -Roof AIMS building Contact: Bryan Hendrix (405) 749-7448 Contract Amount: $371,950.00 Start Date: 10/4/2010 Completion: 12/4/2010 Travis County Criminal Justice Center Contact: Fraser Gorrell Contract Amount: $ 75,000 Start Date: 12/10/2010 Completion Date: 12/15/2010 QA Construction Services, Inc. 5811 Blue Bluff Road Austin, TX 78724 Phone: (512) 637-6120 Fax: (512) 637-8811 Projects 2011 City of Austin — Northwest Recreation Center Contract Amount: $ 132,755.00 Start Date: January 3, 2011 Completion Date: Feb 18, 2011 General Contractor: Fazzone Construction Robert Evans: 512-331-4484 Capital One — Broadway San Antonio General Contractor: Embree Construction Start Date: 1/3/2011 Completion Date: 2/18/2011 Contract Amount: $ 73,000 Travis County Expo Center Roof Renovation Contact: Lloyd Evans 512-854-0000 Contract Amount: $57,500 Estimated Completion Date: 02/28/2011 Bastrop ISD Roof Repairs and Replacement Start Date: 7/1/2011 Completion Date: 7/15/2011 Contract Amount: $ 25,435.85 Contact: Thomas Howdy 512-321-7307 Travis County Contract #: 11 K00132DG Contract Amount: $ 119,950.00 Completion Date: 6/16/2011 Contact: Fraser Gorrell Fraser.GorreWco.travis.tx.us f3 G PR to •RED SHIELD RO.O.FING•:SYSTEM..LI.MITED WARRANT: Warranty.NQ:::.',''.....:.:.:... :B ilding:Owriert:::::. "Building: Identifica tion:: " Buildirig'Address; Wrranty.Period,OF' : .'Roofing -Contractor; . ' For: the warranty, pE(rod. in(ilcated:sbove,i Fe-estone. gyilding: Products Coinpan ,;LLC "Firestone" :e .Indlana limited lia,bili� b an•'wart Y , . ( ..), P t ty•c mp y,. ants to�tlie Building Owner:(', Owner_} named' above drab Firestone. will Subjectto;theTerns;'Cdnditiohs•aridLimitationsset fdrthbelow., repair any leak •in'the:Firestone:Roofing': FBPCQ:#:-.•'',';':..'::i:•:° ;Square Footage;. •: SAMPLE TERMS,;.CONUITI¢NS,ANR LIMITATIONS: •ProductsCovered.':fhe.Systemshaifrhea n:only.theFirestonerOra nd:rgofing•rheinbra'nes,•Firestone,btand:roofijg'ihsulatibns,:Firestoitebrand:reefing:•..' : • metal ;.and- other'Firestone.brand roofing :accessories when- installed;in' accordance with Firestoneaechnical: speoficationi tiq:a Firestone -licensed .: .':applicator• - . :.•'Notice:.In`the-everit.anyleak should:oV of in the:System, the y;(30)'d Owner otust.give:notice'jn-writing.orby:telephone .to:Firestofie'withi chi tays of:-: ..:anyoccurrente of a leak.: Written,' notice maybe seht'to:fiirestone.at the street addressor fax:number:shown'on.the Yeverse`side:of this Limited- :.Wa'rranty. 'Evidence•of this notice shalt be the receipt by. Owner. of. a. Firestone Leak NotifiOation.Acknowtedgemerq•• sy.ss notifying Firestpne; the Owrer ,authoazes Firestone or.its designee" to investigate the. cause of the leak. : ' ' '' - ' ' 3.,, , Invest,oatibn.'. if upop investigation Firestone determines.that• the leak. is' not.ex{iyded • underthe.Terms,-Conditions and limitations set•forth. inthrs'. ='.Tied-Shield:Rpofing Sy'stem.Limited•Warranty(tbe-".LSmitedWarranty"-);,the-Owger.'s.sole'and'exefusivetetnedyand'Firhstone'stotal.liabilify.sli Jftie- .limi ted to •tlie repair' of'the-lea k:,Should the Investigation: reveal tharthe leak- is'excl udedthe e Terms;. Conditions. and. Limtatihrls,, the. Owner' shall be': •.:responsible -for paymt Oen.the investigatidn..'costs..:Failure by:Owner ;to:pay.'(or.tflese costsdhali.render this Ljinited Warranty.nulf and void- -Firestdse:.': : wiif, advisethe' Ovmer.gf•the type.and(nr extent ofrepairs'required tope ftiade;at. the Awner's: expense thatyvill;permit: tl(is:Limited Warranty. to: remain in-: : -effect for the unexpfred•portiorl of•its.term:.:Failure'bythe.Ownerto:propertymake;these• repairs in a reasonable mariner using a:Firestone.-licensed • applicator a nd aiittrin 60, days shall render:this limited' Warranty: npll: and,void 4-: -.•Disputes;. Any dispute;'dorifroversy:or.daim-betv✓Genatle:Owner'and: Fire tope concarning this'United-Warranty'shall.be'. sattfed.by.tnedi3tlon.'.• In :the •', -. :.event tiiat•the Owner:and Firestone do bot resolve the dispute, controversy'or:claim itt mediation, the owner aridPirestone agree:that Pei the r:party will. :riCifirryneriCe or prosetute any suit; proceeding; on claim- other than -in: the courts of.Hamilton County •in the state of•Indiana: or the ,Uniteq-States:Oistrici• Court,'.Southern.District 0F•Indiana Indianapolis Division:: Each'pariy i rrevocatily consents to the ;urisd ctrgn and behue•of the above•identified courts S.:Pavmeht.ReiuireQ.:Firestone shall. have no'Abligatiori,'under.thislirnited Warranty unless•and:until. Firestone• and the licensed.appiicatprhave been' pard iii full -for alt materials; supplies,. seritices,:approved•written_ change'rd oers; warranty' cost; and•other-costs wpich•are; ineludedirj' or:incidental to:the System::In the: event•thatrepaird• not•.covered by. this Limited:Warranty are necessary'i0 the future, Firestone reserves=the :rig ht, os rspend this'Limited'- • ::.tyarrahty. unt l such repairs, have been' cortipleted..and thelicensed. applicator and/oCfirestone: hes-been •pajd.in full forsuch •repairs.'; .' • xdusions:'Firestone $hall:have 00 obligation under:Una Lirhited Warranty,; or any other liability, now.or,i0 th future If a• leak pr damage is: caused by; (5)'Naturalforces;.Disasters,.ndactsofGod.inclucing;.butnot1imitedto;•.fires, hurrisanes,tornadoes hail,-wind'-blotvn-debris,:lightning, eafthquakes;.,. volcanicactivity;.atdmic radiation insects'oranimafs; (b),-Winds'oFpeak•gustspeed;at.ori0excessaf 55.FIPHcaicutatedat.ten(lfijMeters aboveground.; rig avallabie:metCofological data;(c)•.Act(s); conduct or omission(s). by: any person; oract(e).of • via r,-(errorism'0r-vandahsrftf which damage•the System,: ' or r+hich,impalrthe 'Syatem's;ability to resist leaks; (d); Failurs by -,the Owner;to use'reasoriable,.care in maintaining the: System;: said maintenance to y`. ...Indude,.bpt ndt'belimited to; those itemth slisted-on'e reverse. side of this,lirreted Warranty• entitled•"Building;Envelope Care and 'maintenance . (e) Deterioi-ation orfailure of. building components; including; but.nb6)imited,to; the roof substrate;,Walls;.rnortar,. HVAC units, skyfigh[s e[t.;(1)' .Constructiongenerated:mois; co turenderisafiorl.orinfiltration-of morstyce id; m fro;-rou thgh;. or around. the' walls;. copings;,rooftop hardriare orequipment;'. skylights,-buiiding:structure oriindedying:orsurrounding 'hie fenals;(g);Acid;oil;:h armfulchemicals;dr: the:reactkin: •between.them;(n):Alterations_ or• •:'•::. • .: repairs; to the. S,ystenr:that-arepot :completed in: atdordance:with.F,irestoi51 published' sperificatio»y, -not completed:by: ail approved.contra(tor:,:an:d/o ' not completed .with proper' notice; to firestpne;.'(i)_The'design'of-the roofing system; Firestone does not:yndertake'.any. dnalysis.pf the architecture 'enoineenn4 reguired to evaluate:witettype01 Systertt:is appropriate. for a bufldmg a,nd;makes no• warranty: express: or implied as to the'suitability of ds• Products:for any partio lar Structure, Such�a ation is' the responsibility of,-the,architect;.engineer• or: BUILDING ENVELOPE CARE AND MAINTENANCE GUIDE (For Red Shield Warranted Roofing Systems) Congratulations on your purchase of a Firestone Roofing System! Your roof is a valuable asset that should be properly maintained. All roofs and roofing systems require periodic inspection and maintenance to perform as designed and to keep your Limited Warranty in full force and effect. 1. The roof should be inspected at least twice yearly and after any severe storms. A record of all inspection and maintenance activities should be maintained, including a listing of the date and time of each activity as well as the identification of the parties performing the activity. 2. Proper maintenance and good roofing practice require that ponded water (defined as water standing on the roof forty-eight hours after it stops raining) not be allowed on the roof. Roofs should have slope to drain, and all drain areas must remain clean. Bag and remove all debris from the roof since such debris can be quickly swept into drains by rain. This will allow for proper water run-off and avoid overloading the roof. 3. The Firestone Roofing System should not be exposed to acids, solvents, greases, oil, fats, chemicals and the like. If the Firestone Roofing System is in contact with any such materials, these contaminants should be removed immediately and any damaged areas should be inspected by a Firestone Licensed Applicator and repaired if necessary. 4. The Firestone Roofing System is designed to be a waterproofing membrane and not a traffic surface. Roof traffic other than periodic traffic to maintain rooftop equipment and conduct periodic inspections should be prohibited. In any areas where periodic roof traffic may be required to service rooftop equipment or to facilitate inspection of the roof, protective walkways should be installed by a Firestone Licensed Applicator as needed to protect the roof surface from damage. 5. Some Firestone roofing membranes require maintenance of the surface of the membrane: a. Smooth -surfaced Firestone APP membranes should be coated with an approved liquid coating, such as Firestone Aluminum Roof Coating or Firestone AcryliTop applied in accordance with Firestone specifications, in order to maximize the service life of the membrane. If this coating is not applied as part of the initial roofing installation, it should be applied within the first five years after the roof is installed to help protect the membrane from surface crazing and cracking. In addition, this coating should be maintained as needed to re - coat any areas that have blistered, peeled or worn through. b. Granule -surfaced Firestone APP and SBS membranes do not normally require surface maintenance other than periodic inspection for contaminants, cuts or punctures. If areas of granular loss are discovered during inspection, these areas should be coated with Firestone AcryliTop or other Firestone -approved coating applied in accordance with Firestone specifications. c. Gravel -surfaced Firestone BUR membranes do not normally require surface maintenance other than periodic inspection for contaminants or damage. If areas of gravel loss are discovered during inspection, gravel must be reinstalled into hot asphalt to protect the surface of the membrane. Coatings on smooth surface BUR membranes must be maintained as needed to re -coat any areas that have blistered, peeled or worn through. d. Firestone EPDM and TPO roofing membranes do not normally require surface maintenance other than periodic inspection for contaminants, cuts or punctures. Occasionally, approved liquid roof coatings, such as Firestone AcryliTop, are applied to the surface of EPDM membranes in order to provide a lighter surface color. Such coatings do not need to be maintained to assure the performance of the underlying EPDM roof membrane, but some maintenance and re -coating may be necessary in order to maintain a uniform surface appearance. e. Firestone Una -Clad metal roofing panels and trim do not normally require surface maintenance other than periodic inspection for contaminants or damage. In addition, periodic cleaning of the surface may be required to remove dirt and maintain the aesthetic appearance of the coated metal. Simple washing with plain water using hoses or pressure spray equipment is usually adequate. If cleaning with agents other than water is contemplated, several precautions should be observed: (1) do not use wire brushes, abrasives, or similar cleaning tools which will mechanically abrade the coating surface, and (2) cleaning agents should be tested in an inconspicuous area before use on a large scale. 6. All metal work, including counter -flashings, drains, skylights, equipment curbs and supports, and other Firestone brand rooftop accessories must be properly maintained at all times. Particular attention should be paid to sealants at joints in metal work and flashings. if cracking or shrinkage is observed, the joint sealant should be removed and replaced with new sealant. 7. Any alterations to the roof, including but not limited to roof curbs, pipe penetrations, roof -mounted accessories, and tie-ins to building additions must be performed by a licensed Firestone Licensed Applicator and reported to Firestone. Additional information and reporting forms for roof alterations are available at www.firestonebpco.com. 8. Should you experience a leak: (a) Check for the obvious: clogged roof drains, loose counterflashings, broken skylights, open grills or vents, broken water pipes. (b) Note conditions resulting in leakage. Heavy or light rain, wind direction, temperature and time of day that the leak occurs are all-important clues to tracing roof leaks. Note whether the leak stops shortly after each rain or continues to drip until the roof is dry. If you are prepared with the facts, the diagnosis and repair of the leak can proceed more rapidly. (c) Contact Firestone Warranty Claims at 1-800-830-5612 as soon as possible...but please don't call until you are reasonably sure that the Firestone Roofing System is the cause of the leak. Firestone feels that the preceding requirements will assist you, the building owner, in maintaining a watertight roof for many years. Your roof is an investment, and maintenance is essential to maximize your return on this important investment. 'Firestone BUILDING PRODUCTS NOBODY COVERS YOU BETTER' 250 West 96th St., Indianapolis, IN 46260 1-800-428-4442 • 1-317-575-7000 • www.firestonebpco.com International Offices: Canada: 2835 Argentia Road, Unit #2 • Mississauga, ON L5N 8G6 •800-428-4442 • www.firestonebpco.ca Europe: Hermesstraat 2C -1930 • Zaventem, Brussels, Belgium • +32 2 7114450 • www.firestonebpco.com Latin America: 8300 NW 53rd Street, Suite #106 • Miami, FL 33166 •305-471-0117 • www.firestonebpco.com 10/11 — Item #815 (Replaces 07/08)-01 TECHNICAL INFORMATION SHEET ireston BUILDING PRODUCTS UltraPlyTM TPO Membrane Item Description Item Number 1 Roll Various Meets or exceeds ASTM D 6878. Product Information Description: Firestone UltraPlyTM TPO is a flexible Thermoplastic Polyolefin roofing membrane that is produced with polyester weft - inserted reinforcement. UltraPly TPO membrane meets or exceeds all requirements for ASTM D 6878 Specification. This heat weldable TPO membrane is available in 45 mil (1.14 mm) and 60 mil (1.52 mm) thicknesses. This reflective membrane is suitable for a variety of low -slope applications. Method of Application: 1. Substrates must be clean, dry, smooth, and free of sharp edges, fins, loose or foreign materials, oil, grease, and other materials that may damage the membrane. 2. All roughened surfaces that can damage the membrane shall be repaired as specified to offer a smooth substrate. 3. All surface voids greater than 1/4" (6.3 mm) wide shall be properly filled with an acceptable fill material. 4. Firestone UltraPly TPO membrane is installed as continuous roofing or waterproofing layer on the roof. Rolls are overlapped (side laps and end laps) prior to the heat welding of the seam areas. 5. Install the UltraPly TPO Roofing System in accordance with current Firestone UltraPly TPO specifications, details and workmanship requirements. Storage: • Store away from sources of punctures and physical damage. • Assure that structural decking will support the loads incurred by material when stored on rooftop. The deck load limitations should be specified by the project designer. • Store away from ignition sources as membrane will burn when exposed to open flame. Precautions: 1. Refer to Material Safety Data Sheets (MSDS) for safety information. 2. Exercise caution when lifting, moving, transporting, storing or handling membrane rolls to avoid sources of punctures and possible physical damage. 3. Contact your Technical Coordinator at 1-800-428-4511 for specific recommendations regarding chemical or waste product compatibility with Firestone UltraPly TPO Membrane. LEED® Information: Post Consumer Recycled Content: Pre Consumer Recycled Content: Manufacturing Location: 0% 15% Wellford, SC Tuscumbia, AL MIAMI RADE COUNTY APPROVED APPROVED ICC -ES ESR -2831 CCMC 13348-R S723 -RFS -012 Firestone Building Products 1 Sales: (800) 428-4442 1 Technical (800) 428-4511 1 www.firestonebpco.com TIS # 201 Page 1 of 3 Submittal package prepared for QA Construction Services, Inc., Page 26 1/8/2013 TECHNICAL INFORMATION SHEET uses -tot -14:3. BUILDING PRODUCTS UltraPlyTM TPO Membrane Product Sizes Membrane Thickness: 0.045" (1.14 mm) Membrane Thickness: 0.060" (1.52 mm) Membrane Weight: 0.23 Ib/ftZ (1.1 kg/m2) Membrane Weight: 0.31 Ib/ftZ (1.5 kg/m2) Available Sizes Available Colors Available Sizes Available Colors 5' x 100' (1.5 x 30.5 m) White, Tan, Gray 5' x 100' (1.5 x 30.5 m) White, Tan, Gray 5' x 200' (1.5 x 61 m) White 5' x 200' (1.5 x 61 m) White 6' 2" x 100' (1.9 x 30.5 m) White, Tan, Gray 6' 2" x 100' (1.9 x 30.5 m) White, Tan, Gray 8' x 100' (2.4 x 30.5 m) White, Tan, Gray 8' x 100' (2.4 x 30.5 m) White, Tan, Gray 8' x 200' (2.4 x 61 m) White 8' x 200' (2.4 x 61 m) White 10' x 100' (3.0 x 30.5 m) White, Tan, Gray 10' x 100' (3.0 x 30.5 m) White, Tan, Gray 10' x 200' (3.0 x 61 m) White 10' x 200' (3.0 x 61 m) White 12' 4" x 100' (3.8 x 30.5 m) White, Tan, Gray 12' 4" x 100' (3.8 x 30.5 m) White, Tan, Gray 12' 4" x 200' (3.8 x 61 m) White 12' 4" x 200' (3.8 x 61 m) White Physical Properties (Meets or exceeds Property ASTM D 6878 Specification ASTM Standard ) Performance Typical Performance Typical Performance Minimum 45 mil 60 mil Overall Thickness: D 751 0.039" (1 mm) 0.045" (1.14 mm) ± 10% 0.060" (1.52 mm) ± 10% Coating over Scrim: D 7635 0.015" (0.38 mm) 0.017" (0.43 mm) 0.021" (0.53 mm) Breaking Strength: D 751, Grab Method 220 Ibf (979 N) 340 Ibf (1512 N) 390 Ibf (1,735 N) Elongation of Reinforcement Break: D 751, Grab Method 15% 25% 25% Tearing Strength: D 751 55 Ibf (245 N) 120 Ibf (534 N) 120 Ibf (534 N) Brittleness Point: D 2137 -40 °F (-40 °C) Pass Pass Ozone Resistance, No Cracks: D 1149 Pass (No Cracks) Pass Pass Properties After Heat Aging (Retained Values) (ASTM D 573 670 h at 240 °F (116 °C)): Breaking Strength: D 751, Grab Method 90% Minimum > 90% > 90% Elongation at Break: D 751, Grab Method 90% Minimum > 90% > 90% Tearing Strength: D 751 60% Minimum > 60% > 60% Weight of Change: ± 1% Maximum < 1% < 1% Linear Dimension Change: D 1204, 6 h at 158 °F (70 °C) ± 1% Maximum < 1% < 1 Water Absorption: D 471 ± 3% Maximum < 3% < 3% Physical Properties (Continued) S723 -RFS -012 Firestone Building Products 1 Sales: (800) 428-4442 [Technical (800) 428-4511 1 www.firestonebpco.com TIS # 201 Page 2 of 3 Submittal package prepared for QA Construction Services, Inc., Page 27 1/8/2013 TECHNICAL INFORMATION SHEET vtrestorie BUILDING PRODUCTS UltraPlyTM TPO Membrane Property ASTM Standard Performance Typical Performance Typical Performance 0.85 / 0.83 0.81 / 0.84 0.89 / Pending Solar Reflectance Index (SRI) Minimum 45 mil Membrane 60 mil Membrane Weather Resistance, 80 °C Black Panel, no cracking, crazing when wrapped around a 3" mandrel and inspected at 7X magnification: G 155 10,800 kJ/m2 Minimum > 20,160 kJ/m2 > 20,160 kJ/m2 Puncture Resistance: FTM 101C, Method 2031 265 (1,180) 300 (1,300) 0.60 / 0.54 Dynamic Puncture Resistance MD: D 5635 0.81 Pass (20 J) Pass (40 J ) White Dynamic Puncture Resistance CD: D 5635 Solar Reflectance — ASTM E 903 Pass (35 J) Pass (50 J) 0.37 Static Puncture Resistance: D 5602 0.95 Pass (25 kg) Pass (25 kg) 102 Radiative Properties Cool Roof Rating Council (CRRCI: Initial / 3 yr White Tan Gray Solar Reflectance 0.79 / 0.68 0.61 / 0.55 0.34 / Pending Thermal Emittance 0.85 / 0.83 0.81 / 0.84 0.89 / Pending Solar Reflectance Index (SRI) 98 / 81 71 / 63 37 / Pending Rated Product ID 0008 Licensed Manufacturer ID 0608 Classification Production Line ENERGY STAR®: Initial / 3 yr White Tan Solar Reflectance 0.79 / 0.78* 0.60 / 0.54 Thermal Emittance 0.85 0.81 White membrane sample cleaned prior to age test. LEED® White Tan Gray Solar Reflectance — ASTM E 903 0.81 0.63 0.37 Thermal Emittance —ASTM E 408 0.95 0.95 0.95 Solar Reflectance Index (SRI) — ASTM E 1980 102 77 43 CR CHARTER MEMBER ENERGY STAR is only valid in the United States Please contact your Firestone Roof Systems Advisor at 1-800-428-4511 for further information. 'Firestone This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the .structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. S723 -RFS -012 Firestone Building Products 1 Sales: (800) 428-4442 I Technical (800) 428-4511 1 www.firestonebpco.com TIS # 201 Page 3 of 3 Submittal package prepared for QA Construction Services, Inc., Page 28 1/8/2013 TECHNICAL INFORMATION SHEET BUILDING PRODUCTS UitraPlyTM TPO Unsupported Flashing Item Description 1 Roll — White (24" x 50' (610 mm x 15.2 m)) 1 Roll — Tan (24" x 50' (610 mm x 15.2 m)) 1 Roll — Gray (24" x 50' (610 mm x 15.2 m)) Item Number W56TP03017 W56TPOT017 W56TPOG017 Description: Firestone UltraPlyTM TPO Unsupported Flashing is a non -reinforced, thermoplastic polyolefin membrane. It is used in roofing applications where Firestone pre -formed TPO accessory products are not appropriate. Firestone UltraPly TPO Hashing is available in white, tan and gray. Product Packaging Roll Length 50' (15.2 m) Roll Weight 20 Ib (9 kg) Roll Width 24" (610 mm) Rolls per Pallet 30 Each roll is wrapped around a core and covered with white opaque poly. Method of Application: 1. Substrates must be clean, dry, smooth, and free of sharp edges, fins, loose or foreign materials, oil, grease, and other materials that may damage the TPO Unsupported Flashing. 2. All roughened surfaces that can damage the flashing shall be repaired as specified to make a smooth substrate. 3. All surface voids greater than 1/4" (6.3 mm) wide shall be properly filled with an acceptable fill material. 4. Install the Firestone UltraPly TPO Unsupported Flashing material with the appropriate heat welding equipment in accordance with current Firestone UltraPly TPO specifications, details and workmanship requirements. Storage: Store material in its original unopened packaging away from sources of physical damage or chemical contamination. Precautions: 1. For safety information, refer to Material Safety Data Sheet (MSDS) for TPO systems. 2. Exercise caution when lifting, moving, transporting storing or handling flashing rolls to avoid sources of punctures, physical damage or chemical contamination. 3. Contact your Firestone Roof Systems Advisor at 1-800-428-4511 for specific recommendations regarding chemical or waste product compatibility with Firestone UltraPly TPO Unsupported Flashing. LEED® Information: Post Consumer Recycled Content: Pre Consumer Recycled Content: Manufacturing Location: 0% 0% Wellford, SC Tuscumbia, AL S723 -RFS -013 Firestone Building Products !Sales: (800) 428.4442 1 Technical (800) 428-4511 1 www.firestonebpco.com TIS # 202 Page 1 of 2 Submittal package prepared for QA Construction Services, Inc., Page 29 1/8/2013 TECHNICAL INFORMATION SHEET riresti n BUILDING PRODUCTS UltraPlyTM TPO Unsupported Flashing Product Data Material: Thermoplastic Polyolefin (TPO) Colors: White, Tan, Gray Nominal Thickness: 0.060" (1.52 mm) Width: 24" (610 mm) Physical Properties` Property Test Method — ASTM Standard Firestone Typical Performance Membrane Thickness: D 751 0.060" (1.52 mm) Tensile Strength: D 638 1,780 psi (12.3 MPa) Elongation at Break: D 638 750% Tearing Strength: 1004 (Die C) 16 lbf (71 N) Brittleness Point D 2137 -40 °F (-40 °C) Properties After Heat Aging (Retained Values) (166 h at 240 °F (116 °C)): Tensile Strength: D 638 1,550 psi (10.7 MPa) Elongation at Break: D 638 650% Tearing Strength: 1004 (Die C) 12 lbf (53 N) Please contact your Firestone Roof Systems Advisor at 1-800-428-4511 for further information. This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. S723 -RFS -013 Firestone Building Products 1 Sales: (800) 428-4442 'Technical (800) 428-4511 1 www.firestonebpco.com TIS # 202 Page 2 of 2 Submittal package prepared for QA Construction Services, Inc., Page 30 1/8/2013 TECHNICAL INFORMATION SHEET trestone BUILDING PRODUCTS XR Bonding Adhesive ITEM NUMBER: W56TP03009 Description: XR Bonding Adhesive is designed for bonding UltraPlyTMTPO XR membrane to various insulation surfaces, specific existing roof surfaces as well as wood, metal, masonry, and other acceptable substrates following Application Method one (I) below. XR Bonding Adhesive may also be used with standard UltraPly TPO to approved substrates for flashing conditions, following Method of Application two (11) below. TIS # 813 Method of Application: Use For UltraPly TPO XR Membrane 1. Surfaces to receive XR Bonding Adhesive must be clean, smooth, dry, and free of sharp edges, loose and foreign materials, oil, grease, and other contaminants. 2. Stir the adhesive thoroughly to achieve a uniform mix with no marbling or sediment on the bottom evident. STIR BEFORE AND DURING USE. 3. Adhesive must be applied in a relatively uniform thickness to the base substrate only. Apply XR Bonding Adhesive with either a 9" (228 mm) wide solvent resistant roller designed for medium to semi -rough textured surfaces or an industrial grade adhesive sprayer. See UltraPly TPO XR Application Guide for additional information. DO NOT APPLY ADHESIVE TO THE POLYESTER BACKING PORTION OF THE MEMBRANE. 4. If the adhesive is spray applied, it must be back -rolled with a similar type roller to assure proper contact and coverage. DO NOT APPLY XR BONDING ADHESIVE TO SEAM PORTION OF THE MEMBRANE. 5. Apply the adhesive in a uniform manner. Avoid globs and puddles of adhesive; these may lead to blistered membranes. 6. XR Bonding Adhesive shall have a brief flash -off period of approximately 15-30 minutes before mating the membrane but will depend on ambient conditions. XR Bonding Adhesive shall be slightly tacky to the touch when mating the membrane. 7. Starting at the fold of the TPO XR membrane, roll the mating portion into the coated substrate slowly and evenly to minimize wrinkles. To ensure proper contact, compress the bonded portion of the membrane to the substrate with a stiff push broom using heavy pressure immediately after mating, followed by the use of a heavy roller (approximately 150#) to ensure proper contact of membrane to substrate. II. Use For UltraPly TPO Membrane* 1. Surfaces (both substrate and back side of the membrane) to receive XR Bonding Adhesive must be clean, smooth, dry, and free of sharp edges, loose and foreign materials, oil, grease, and other contaminants. 2. Stir the adhesive thoroughly to achieve a uniform mix with no marbling or sediment on the bottom evident. STIR BEFORE AND DURING USE. * Vertical/curb applications only. No code rating currently exist for UltraPly TPO Membrane fully adhered with XR Bonding Adhesive. 3. Apply the adhesive in a uniform manner to both the approved vertical substrate and the back of the UltraPly TPO membrane. Avoid globs and puddles of adhesive, these may lead to blistered membrane. Apply XR Bonding Adhesive with either a 9" (223 mm) wide solvent resistant roller designed for medium to semi -rough textured surfaces or an industrial grade adhesive sprayer. See UltraPly TPO XR Application Guide for additional information. 4. Adhesive must be applied in a relatively uniform thickness to both surfaces. If the adhesive is spray applied, it must be back - rolled with a similar type roller to assure proper contact and coverage. DO NOT APPLY XR BONDING ADHESIVE TO SEAM PORTION OF THE MEMBRANE. 5. XR Bonding Adhesive shall have a flash -off period: approximately 15-30 minutes before mating the membrane. Use the "touch - push" test: Touch the adhesive surface in the middle of the area to be spliced with a clean, dry finger to be certain that the adhesive does not stick or string. As you are touching the adhesive, pushing straight down to check for stringing, also push forward on the adhesive at an angle to ensure that the adhesive is ready throughout its thickness. If either motion exposes wet or stringy adhesive when the finger is lifted, then it is not ready for mating and the seam should not be closed. Flash off time will vary depending on ambient conditions. 6. Starting at the flashing base, roll the mating portion of the membrane into the coated substrate slowly and evenly to minimize wrinkles. To ensure proper contact, compress the bonded portion of the membrane to the substrate with a stiff push broom using heavy pressure immediately after mating. Firestone Building Products • 250 W. 96"' Street, Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • www.firestonebpco.com S723 -RFS -062 1.10.2012 Submittal package prepared for QA Construction Services, Inc., Page 38 TECHNICAL INFORMATION SHEET restore' BUILDING PRODUCTS Storage: • Store in original unopened containers at temperatures between 60 °F (15.6 °C) and 80 °F (26.7 °C) until ready for use. • For optimum results, rotate your stock to ensure stored material has not exceeded nine (9) months. • Shelf life of nine (9) months can be expected if stored in original sealed container at temperatures between 60 °F (15.6 °C) and 80 °F (26.7 °C). If exposed to lower temperatures, restore to room temperature prior to use. • Shelf life may be shortened if exposed to elevated temperatures for a prolonged period of time. Precautions: • Review applicable Material Safety Data Sheet prior to using. • Flammable. Keep away from fire and open flame and other possible ignition sources during storage and use. Do not smoke when using. • Harmful or fatal if swallowed. • Avoid prolonged inhalation. • Avoid prolonged contact with skin. Gloves should be worn (OSHA approved). • Avoid eye contact by wearing safety goggles with side shields. • Thinning is not allowed. • Do not use for splicing. • Do not use with EPDM membranes. • Use only in well ventilated areas. • Cover tightly when not in use. • Recommended cleaner is Toluene (while fluid). • Do not apply XR Bonding Adhesive directly to isocyanurate roof insulation (ISO 95+" GL; Resista": ISOGARD" HD). An approved cover board (FiberTop"; Dens Deck®) shall be installed over ISO boards, and be the immediate substrate to receive XR Bonding Adhesive. Compliance: Post Consumer Recycled Content: 0% Pre Consumer Recycled Content: 0% Manufacturing Location: South Bend, IN Packaging: APPROVED MIAMIDADE COUNTY APPROVED Pail: Weight: Coverage: Physical Properties: 5 Gallon (18.9 L) =41 lbs (18.6 kg) Uneven and porous substrates will result in a lower coverage rate while smooth non -porous substrates result in higher coverage rates. Rates here are based on roller application to mating surface(s). • UltraPly TPO XR membrane — XR Bonding Adhesive applied to substrate only. A coverage rate of 70-90 ft2/gal (1.718-2.209 m2/L) may be obtained depending on the substrate. • Vertical application of UltraPly TPO membrane — XR Bonding Adhesive applied to both the vertical substrate and the membrane. A coverage rate of 40-60 ft2/gal (0.982-1.475 m2/L) may be obtained depending on the substrate. • Very porous substrates (rough wood, concrete block) may require two coats of XR Bonding Adhesive to ensure proper adhesion. This can be determined by testing a small area. Check by adhering a small piece of UltraPly TPO XR membrane to the porous substrate to verify the bonding strength. Note: Coverage Rates may vary depending on the nature of substrate. Rough, porous substrates moy r more adhesive. Some substrates may also require more adhesive due to absorption. Minimum Performance Base: Color: Solvents: Viscosity: Weight/Gallon: Specific Gravity: V.O.C. Content: Nitrile rubber Brown A blend of Acetone and Diisobutyl Ketone 4,000-6,000 cps, with #4 spindle @ 10 rpm 6.99-7.73 Ib/gal (0.838-0.926 kg/L) 0.838-0.926 1.72 Ib/gal (206 g/L) Firestone Building Products • 250 W. 96°i Street, Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • www.firestonebpco.com 5723 -RFS -062 1.10.2012 Submittal package prepared for QA Construction Services, Inc., Page 39 TECHNICAL INFORMATION SHEET trestone BUILDING PRODUCTS Approved Power Equipment: Garlock 25ST Roller Boss Power Roller 4 hp Honda Engine,4 CFM Compressor,25 gal pressurized supply tank (20 gal for material; 60-80 psi),Up to 100 psi rating,2 — Y" x 30' supply hoses with swivels,2 — 18" roller head assemblies Garlock 2120 Commander Sprayer 18 hp Kohler Engine,4500 psi Rating,5 Gallon per Minute Flow, 1200 psi Pressure (minimum),Pump Displacement 45:1,GPM Rating: up to 5 gpm,'''A" x 100' hose,2" Intake pipe with screen,5 or 55 gal drum containers, Graco Spray Tips: .023 to .031diameter hose Garlock Twin Gun Airless Sprayer 6.5 hp Honda Engine, 3000 psi Rating, Pump Displacement 30:1, GPM Rating: up to 1 gpm, Up to 400' of single 'A" diameter hose, Up to 200' of dual Y" diameter hose, Y" Intake pipe with screen, 5 or 55 gal drum containers, Bulk tank containers, Graco Spray Tips: .019 to .025 diameter hose (1850 psi operating pressure) Graco Spray Equipment: P7OEC4-70 — 70:1 Xtreme Sprayer Package w/Heavy Duty car, Hopper package, w/NXT motor and Data Track, Xtreme-Duty high pressure hose, 3/8" x 50', 7250 psi, with Y" x 6' whip hose, XTR-7 applicator with XHD821-825 tips. Please Contact your Firestone Technical Coordinator at 1-800-428-4511 for further information. This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. Firestone Building Products • 250 W. 96"' Street, Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • www.firestonebpco.com S723 -RFS -062 1.10.2012 Submittal package prepared for QA Construction Services, Inc., Page 40 TECHNICAL INFORMATION SHEET -Firestone BUILDING PRODUCTS TM UltraPly TPO 8" Reinforced Cover Strip TIS #216 Item Numbers: White W56TP03508 Tan W56TPOTS08 Gray W56TPOGS08 Description: Firestone UltraPlyTPO 8" Reinforced Cover Strip is a pre-cut 8" cover strip made from 60 mil (1.5 mm) thick, reinforced UltraPly TPO membrane. This heat weldable 8" Cover Strip can be used as a weldable cover strip for intermediate mechanical attachment on TPO systems as well as stripping in UltraPly TPO XR membrane end laps. UltraPly TPO 8" Reinforced Cover Strip is available in white, tan and gray. Method of Application: 1. Install the UltraPly TPO 8" Cover Strip in accordance with current Firestone UltraPly TPO specifications, details and workmanship requirements. Storage: • Store material in its original unopened packaging away from sources of physical damage or chemical contamination. Precautions: • Exercise caution when lifting, moving, transporting, storing or handling Firestone UltraPly TPO Cover Strip to avoid sources of puncture, physical damage or chemical contamination. • Contact your Firestone Technical Coordinator at 1-800-428-4511 for specific recommendations regarding chemical or waste product compatibility with Firestone UltraPly TPO Cover Strips. • Refer to Material Safety Data Sheets for all applicable components of UltraPly Systems. Carton Contents I 2 Rolls Packaging: Compliance: Post Consumer Recycled Content: 0% Pre Consumer Recycled Content: 0% Manufacturing Location. Prescott, AR Product Data: Material Roll Length Color Thermoplastic Polyolefin (TPO) 50' (15.24 m) White Please Contact your Firestone Technical Coordinator at 1-800-428-4511 for further information. This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materiels which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly disclaims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support o planned installation is in question. No Firestone representative is authorized to vary this disclaimer. Firestone Building Products • 250 W. 95u' Street Indianapolis, IN 46260 • Sales: (800) 428-4442 • Technical (800) 428-4511 • www.firestonebpco.com S723 -RFS -239 Submittal package prepared for QA Construction Services, Inc., Page 41 1.9.2012 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 3 SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered an article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. June 10, 2011 Additional product added under section 1. (317) 575-7190 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company, LLC assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 15 Firestone Building Products Company, LLC Material Safety Data Sheet January 11, 2012 Page: 1 SECTION 1: PRODUCT IDENTIFICATION Product Name: Chemical Name / Synonym: Chemical Family: 24 -Hour Emergency Phone: Manufacturer's Name: Manufacturer's Address: NFPA Hazard Rating: HMIS Hazard Rating: UItraPlyTM TPO Series TPO Inside/Outside Corner (White, Tan, Gray), UltraPlyTM TPO T -Joint Cover ( White, Tan, Gray), UltraPlyTM TPO Universal Pipe Flashing (White, Tan, Gray), UltraPlyTM TPO Unsupported Flashing (White, Tan, Gray), UltraPlyTM TPO Large Pipe Flashing (White, Tan, Gray), UltraPlyTM TPO Small Pipe Flashing (White, Tan, Gray), UltraPlyTM TPO Coated Metal (White, Tan, Gray) Mixture (800) 424-9300 CHEMTREC Firestone Building Products Company, LLC 250 West 96`" Street, Indianapolis, IN 46260 Health 1, Flammability 1, Reactivity 0 Health 0, Flammability 1, Reactivity 0 SECTION 2: CHEMICAL COMPOSITION Chemical Name: Common Name: CAS #: % (by wt) Exposure Limits: Nonhazardous as per 29 None None CFR 1910.1200. 100 None Established SECTION 3: HAZARD IDENTIFICATION Primary Route of Exposure: None Signs and Symptoms of Exposure: Medical Conditions Aggravated by Exposure: Chronic Effects: Carcinogenicity: No known adverse effects None known No known adverse effects None SECTION 4: FIRST AID MEASURES First Aid Procedures: No special action necessary. SECTION 5: FIRE FIGHTING PROCEDURES Suitable Extinguishing Media: Hazardous Combustion Products: Recommended Fire Fighting Procedures: Unusual Fire and Explosion Hazards: Carbon dioxide, foam, sand/earth, or dry chemicals. Carbon dioxide and carbon monoxide, oxides of nitrogen, sulfur dioxide, partially burned carbon. Wear impermeable protective clothing and self-contained breathing apparatus. Toxic fumes and vapors may be evolved. None known Submittal package prepared for QA Construction Services, Inc., Page 16 Firestone Building Products Company, LLC Material Safety Data Sheet January 11, 2012 Page: 2 SECTION 6: PRECAUTIONS FOR SAFE HANDLING AND USE Steps to Be Taken in Case Material is Released or Spilled: Precautions to Be Taken in Handling and Storing: Not Applicable No special handling precautions. Store where materials are not exposed to excessive heat, cold or moisture. SECTION 7: EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation: Respiratory Protection: Eye Protection: Skin Protection: Other: Work / Hygienic Practices: Store and use in well ventilated areas. None required None required None required None Wash exposed skin prior to eating, drinking or smoking and at the end of each shift. Wash contaminated clothing prior to reuse. SECTION 8: PHYSICAL AND CHEMICAL PROPERTIES Appearance and Odor: Flash Point: Method Used: Evaporation Rate: pH (undiluted product): Solubility in Water: Vapor Density: Vapor Pressure: White, tan or gray in color. Not Applicable Not Applicable Not Applicable Not Applicable Insoluble Not Applicable Not Applicable Essentially no odor. Lower Explosive Limit: Upper Explosive Limit: Boiling Point: Melting Point: Specific Gravity: Percent Volatile: None None None Unknown Unknown Unknown SECTION 9: STABILITY AND REACTIVITY Thermal Stability: Hazardous Polymerization: Conditions to Avoid: Stable Will not occur None known SECTION 10: TRANSPORTATION Regulatory Agency: Proper Shipping Name: Hazard Classification: Identification Number: Labels Required: Other Requirements: Not Regulated Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Submittal package prepared for QA Construction Services, Inc., Page 17 Firestone Building Products Company, LLC Material Safety Data Sheet January 11, 2012 Page: 3 SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered an article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. March 10, 2009 Review only. (317) 575-7190 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 18 Firestone Building Products Company, LLC Material Safety Data Sheet January 6, 2012 Page: 1 SECTION 1: PRODUCT IDENTIFICATION Product Name: Chemical Name / Synonym: Chemical Family: 24 -Hour Emergency Phone: Manufacturer's Name: Manufacturer's Address: NFPA Hazard Rating: HMIS Hazard Rating: ReflexEON TM ReflexEONTM Thermoplastic Membrane, ReflexEON TM TPO Inside/Outside Corner, ReflexEONTM TPO Universal Pipe Boots, RefIexEONTM Flashing Thermoplastic Polyolefin (800) 424-9300 CHEMTREC Firestone Building Products Company, LLC 250 West 96th Street, Indianapolis, IN 46260 Health 1, Flammability 1, Reactivity 0 Health 0, Flammability 1, Reactivity 0 SECTION 2: CHEMICAL COMPOSITION Chemical Name: Common Name: CAS #: % (by wt) Exposure Limits: Nonhazardous as per 29 CFR 1910.1200. None None 100 None Established SECTION 3: HAZARD IDENTIFICATION Primary Route of Exposure: Signs and Symptoms of Exposure: Medical Conditions Aggravated by Exposure: Chronic Effects. Carcinogenicity: None Contact with eye may result in irritation, redness, tearing and blurred vision. None known No known adverse effects None SECTION 4: FIRST AID MEASURES First Aid Procedures: No special action necessary. SECTION 5: FIRE FIGHTING PROCEDURES Suitable Extinguishing Media: Hazardous Combustion Products: Recommended Fire Fighting Procedures: Unusual Fire and Explosion Hazards: Carbon dioxide, foam, sand/earth, or dry chemicals. Carbon dioxide and carbon monoxide, oxides of nitrogen, sulfur dioxide, partially burned carbon. Wear impermeable protective clothing and self-contained breathing apparatus. Toxic fumes and vapors may be evolved. None known SECTION 6: PRECAUTIONS FOR SAFE HANDLING AND USE Steps to Be Taken in Case Material is Released or Spilled: Precautions to Be Taken in Handling and Storing: Not applicable Store where materials are not exposed to excessive heat, cold or moisture. Submittal package prepared for QA Construction Services, Inc., Page 19 Firestone Building Products Company, LLC Material Safety Data Sheet January 6, 2012 Page: 2 SECTION 7: EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation: Respiratory Protection: Eye Protection: Skin Protection: Other: Work / Hygienic Practices: Store and use in well ventilated areas. None required None required None required None Wash exposed skin prior to eating, drinking or smoking and at the end of each shift. Wash contaminated clothing prior to reuse. SECTION 8: PHYSICAL AND CHEMICAL PROPERTIES Appearance and Odor: Flash Point: Method Used: Evaporation Rate: pH (undiluted product): Solubility in Water: Vapor Density: Vapor Pressure: White and gray sheet. Not Applicable Not Applicable Not Applicable Not Applicable Insoluble Not Applicable Not Applicable Essentially no odor. Lower Explosive Limit: Upper Explosive Limit: Boiling Point: Melting Point: Specific Gravity: Percent Volatile: None None None Unknown Unknown Unknown SECTION 9: STABILITY AND REACTIVITY Thermal Stability: Hazardous Polymerization: Conditions to Avoid: Stable Will not occur None known. SECTION 10: TRANSPORTATION Regulatory Agency: Proper Shipping Name: Hazard Classification: Identification Number: Labels Required: Other Requirements: Not Regulated Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered to be a finished article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. March 2, 2009 Review only. (317) 575-7190 Submittal package prepared for QA Construction Services, Inc., Page 20 Firestone Building Products Company, LLC Material Safety Data Sheet January 6, 2012 Page: 3 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 21 TECHNICAL INFORMATION SHEET trestone BUILDING PRODUCTS Acceptable Substrates: Notes: Structural Concrete (New) Structural Concrete (Existing) Gypsum Decks Lightweight Concrete Plywood and OSB Insulations: I50 95+ GL RESISTA FiberTop woodfiber ISOGARD HD Dens Deck Products New poured decks must be dry & cured; priming required. New poured decks must be dry & cured; priming required. New poured decks must be dry & cured; priming required. Cellular LWC only Priming required. Check local code for acceptance of direct application. Priming required. Priming required when applied below 60 "F (15.5 °C) Priming required. Priming required when applied below 60 °F (15.5 °C) Priming required; use of DensDeck Prime not recommended. Acceptable only when TPO SA is installed to insulation or a coverboard: Steel decks, Cementitious Wood Fiber / Tectum, Existing Asphalt and Granule Surfaced Modified Bitumen Roofs, Existing Single -Ply Roofs, NOT ACCEPTABLE: Reflectivity: Expanded/Extruded Polystyrene, Fiberglass, Perlite, Existing Single Ply Roofs, Existing Asphalt and Granule Surfaced Modified Bitumen Roofs, Coal Tar Pitch Built-up Roofs, Cementitious Wood Fiber /Tectum, Steel Deck Initial Weathered # CR C 5, CHARTER MEMBERLicensed Manufacturer ID Classification Solar Reflectance Thermal Emittance SRI Rated Product ID Compliance: Solar Reflectance Thermal Emittance Solar Reflectance Index (SRI) 0.74 0.84 90 0.58 0.84 68 Production Line Test Method White ASTM E903 0.74 ASTM E408 0.84 ASTM E1980 90 0033 0608 Energy Star® White Initial Solar Reflectance Aged Solar Reflectance (3 years) Cleaned prior to aged test? Initial Emittance Please Contact your Firestone Technical Coordinator at 1-800-428-4511 for further information. 0.74 0.58 No 0.84 This sheet is meant to highlight Firestone products and specifications and is subject to change without notice. Firestone takes responsibility for furnishing quality materials which meet published Firestone product specifications. Neither Firestone nor its representatives practice architecture. Firestone offers no opinion on and expressly discloims any responsibility for the soundness of any structure. Firestone accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Firestone representative is authorized to vary this disclaimer. 'Firestone • 'ENERGY STAR is only valid in the United States Firestone Building Products • 250 W. 96® Street, Indianapolis, IN 46260 • Sales: (800)428-4442. Technical (800) 428-4511 • www.firestonebpco.com S723 -RFS -340 Submittal package prepared for QA Construction Services, Inc., Page 46 12.20.2011 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 1 SECTION 1: PRODUCT IDENTIFICATION Product Name: Chemical Name / Synonym: Chemical Family: 24 -Hour Emergency Phone: Manufacturer's Name: Manufacturer's Address: NFPA Hazard Rating: HMIS Hazard Rating: Firestone UltraPlyTM TPO Membrane UltraPlyTM TPO Thermoplastic Membrane (White, Tan, Gray), UltraPlyTM TPO XR Thermoplastic Membrane (White, Tan, Gray), UltraPlyM TPO (MD) Thermoplastic Membrane (White, Tan, Gray), UltraPlyTA9 TPO Reinforced Cover Strip (White, Tan, Gray), UltraPlyT"" TPO Reinforced Curb Corners (White, Tan, Gray), TPO18" Curb Flashing (White, Tan, Gray); UltraPlyTM TPO Custom Accessories (White, Tan, Gray); UltraPlyTM TPO Reinforced Split Pipe Boots (White, Tan, Gray); UltraPlyTM TPO SA Membrane; UltraPlyTM TPO HS; UltraPlyTM TPO Walkway Pad Thermoplastic Polyolefin (800) 424-9300 CHEMTREC Firestone Building Products Company, LLC 250 West 96th Street, Indianapolis, IN 46260 Health 1, Flammability 1, Reactivity 0 Health 0, Flammability 1, Reactivity 0 SECTION 2: CHEMICAL COMPOSITION Chemical Name: Common Name: CAS #: % (by wt) Exposure Limits: Nonhazardous as per 29 CFR 1910.1200. None None 100 None Established SECTION 3: HAZARD IDENTIFICATION Primary Route of Exposure: Signs and Symptoms of Exposure: Medical Conditions Aggravated by Exposure: Chronic Effects: Carcinogenicity: None No known adverse effects None known No known adverse effects None SECTION 4: FIRST AID MEASURES First Aid Procedures: No special action necessary. SECTION 5: FIRE FIGHTING PROCEDURES Suitable Extinguishing Media: Hazardous Combustion Products: Recommended Fire Fighting Procedures: Carbon dioxide, foam, sand/earth, or dry chemicals. Carbon dioxide and carbon monoxide, oxides of nitrogen, sulfur dioxide, partially burned carbon. Wear impermeable protective clothing and self-contained breathing apparatus. Toxic fumes and vapors may be evolved. Submittal package prepared for QA Construction Services, Inc., Page 47 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 2 Unusual Fire and Explosion Hazards: None known SECTION 6: PRECAUTIONS FOR SAFE HANDLING AND USE Steps to Be Taken in Case Material is Released or Spilled: Precautions to Be Taken in Handling and Storing: Not Applicable No special handling precautions. Store where materials are not exposed to excessive heat, cold or moisture. SECTION 7: EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation: Respiratory Protection: Eye Protection: Skin Protection: Other: Work / Hygienic Practices: Store and use in well ventilated areas. None required None required None required None Wash exposed skin prior to eating, drinking or smoking and at the end of each shift. Wash contaminated clothing prior to reuse. SECTION 8: PHYSICAL AND CHEMICAL PROPERTIES Appearance and Odor: Flash Point: Method Used: Evaporation Rate: pH (undiluted product): Solubility in Water: Vapor Density: Vapor Pressure: Black and white sheet, white and gray sheet, tan and gray sheet, gray and gray sheet, white sheet with fleece back membrane, white sheet, grey sheet, or tan sheet. Essentially no odor. Not Applicable Not Applicable Not Applicable Not Applicable Insoluble Not Applicable Not Applicable Lower Explosive Limit: None Upper Explosive Limit: None Boiling Point: None Melting Point: Unknown Specific Gravity: 0.94 Percent Volatile: Unknown SECTION 9: STABILITY AND REACTIVITY Thermal Stability: Hazardous Polymerization: Conditions to Avoid: Stable Will not occur None known SECTION 10: TRANSPORTATION Regulatory Agency: Proper Shipping Name: Hazard Classification: Identification Number: Labels Required: Other Requirements: Not Regulated Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Submittal package prepared for QA Construction Services, Inc., Page 48 Firestone Building Products Company, LLC Material Safety Data Sheet August 15, 2011 Page: 3 SECTION 11: MISCELLANEOUS INFORMATION Additional Comments: Date of Previous MSDS: Changes Since Previous MSDS: Telephone Number for Additional Information: This product is considered an article as per 29 CFR 1910.1200 and is, therefore, exempt from the requirements of the Hazard Communication standard. June 10, 2011 Additional product added under section 1. (317) 575-7190 DISCLAIMER The information contained herein is based on data considered accurate which has been obtained from other companies and organizations. However, no warranty or representation is expressed or implied that the information, is accurate, complete or representative. Firestone Building Products Company, LLC assumes no responsibility for injury to the buyer, the buyer's employees, or any third persons, if reasonable safety procedures are not followed. Additionally, Firestone Building Products Company, LLC assumes no responsibility for injury to buyer, the buyer's employees, or any third persons caused by abnormal use of this material, even if reasonable safety procedures are followed. Submittal package prepared for QA Construction Services, Inc., Page 49 _, + 1 tiler ✓ � AM Oscar Salazar Estimator Tt.k��'� st „�nA y�,t - `+ conic ruction s<ry cex r C s r QA Construction Services,iI Commercial Roofing Repairs xad ' t and Renovation 5811 Blue Bluff Road y� . Single-Ply Roof Systems Austin,TX 78724 y a f " � W Phone:512-637-6124 r�n Sheet Metal Fabrication al / + and Installation Fax: 512-637-8811 ; Email:oscor@qosystems.com e m ;ao r Ori � 7 F` k�5ry t 'g���hj.�4 J t ✓ / � 5 4 � E � 1 l 5 ✓ J Y/°� Y ia( i #t ./ �... 5 a <. �r Y k ie".. S i '�h S � i t�'A � C , '- p :fir , a )} +r qy;� � ��'3 tic 1 � � +� 75•,�•€,r^ r �� 7wlk ,� �r�, � � e7..y n ,ear + X7..,r.ae U tel.. "'t rhk/ 1r , a�,� ,+ ✓;y€ ,I / r)3 f i_ v t �, �£ a +�' ✓�' t ids:� yt`h � y� •"r�. ^I d '' t: q 5 4.. ,�,: i a a a d.^ � k r� r� r.-¢^+,�>✓e W -"�" { S 'y �'!�. o X X1 'i!r� e e./ ,r, � 5'i '�Y t>� C, ^f ,ry,a."� a '� � ie r er+ �+ ✓ .as e rb t� 2 / r l., ✓ V1 vly v 4..�, Fra w re.;4 � 1,.,6 d+�f xSs � �,• r,..T. .,�i ��SY"a+ ar 4 >�a�'( 'i'i7,�,.';'. +s r d ti't''h£. 4 a�^h.�"�t ' N �� €�,"f,..e, "�.., t,� r�3 C.'`�r qf�%,� .°sem/ <."v ,a��c t 7 �r.�ro° 'x �to-';"�,., �� i �•'��, ` A`sm� �'r7�� 1 krA.rt`a ✓:g ..C.,,�a����.,M� �`z{;a`,.!.xS x .,:� �'�. ..";#���..:. k,��,way, ,>;�'"t'�"."; Iw v`- � y., t v .�'�'�2` / r �,.5+°f;'z�'. '+r,:4 p� •w. a t �`{ ��:,..� t��; �:� :rterb;. �a�, „e4 q,eyS h�,A M1;,� �s o. +3 t e/�Y a£' $:..! �, ��. /,: -.3; w u. y.. .f✓t ;.vf `� r r �y.�u'�B tr, c,� ����' rJ,;,f.,:,, •. ...h�' �,�.:,5a,. . . .:..,�... t" S' ,.r,vu 9� .?.� && _�;,. >., tM:, :�...,) ,..,t,;l, � .r._� a . .}C,.,.td,ruoa,+,.,..:a �?r, . ix" .:3. X�,V t x,«, d...:3 'r��1i n..'M�' ..� �, d•5•k. "� -�,.r :�..u'' r. tri-� m :rn,:Y t .Ia 3f i. �r e ,.5r�hk ��,�8.2�x'ki�C.� Yd�N:°9d'e o wv'�"'�;,. ,� ,�'la ��, +.t � .R. s�}`m'i „����"!I`1 '�'dd' ,�� ay}r.2 � �' �.;� •. r' ':cry 4av ^r ,; ! I1�,, a r tR,,.�'„ M ,'a�Pf✓. 4d�r 4:. la�a`;},£F+a} .te-,g �`+k,�S:.f ( +;. `M.,x:�. ,.r,; ,.F' ,y'£,``gyrkk,:'r"r,•,�,{�`} �� ,a '-:f °q ,`'Y,fCt.0 e...,,r'.n��.. . ..; z ,.rtys i+,'t�' rr t rt.. {.hw•,. t�.5 r��'A` e,.,,���,s v.t ,t y, �a-,fi.: �' Y�i�Tia � .^xx .',d5.i$ �� u+Ci�.;. v ti� �my a., •- x ��:�i.��.� � ,X�' �� ��r¢< �` 5,:, � rr�.z..? »iw'�� .a '^�c� � r +. � ��, �� � ��w;d"�a �- ,;, �+'�,. `•�z. .,. #' a+ .}.. ,«� ..w.>. J' R f,e $�r1P,+�r`{..r����,"�. � �,,£yrr yt�'�3.�, 'r;>-= ,,..;L # .�L....:>AN �'y f s ':+ x9. 1fMi rc N�4�i ,-�,�ht ,.' a'{ k^�.�.,,u s , _..,e sty .�4x1 why+. 4 � '�.+�^':1 �. '�5 ',�tf� ;...�•r z;u+ u.,��S�s3.�yw:a, J Y t,�'' 7 � �a� x.?,ti,l ;n,�. r. :+,�rc S i c'.� .. .,:.. � k;,., ih.,`. hra c,'y '' .-,.'� •'V`4 ?{;$'.0/C � ,.3... ..�r 1 v' h � a.-: ,:,„3 +�*�.���� w. �ti� to. �, ih�� �� �•.... 'Y 1i,,�tY,M �'. �.:, .rid ., ..� .� ( .. �3` k`! p�i4... £ J y}s4f S:'7�1��''"Gt 5�{^.t i”r p'✓ *fi::� F bd�-�..�' 4 �i....'.. ',Y :'•r. .. .`.F�"ch k�-.. e, :.Fqq����i�fi� j i:' r r 4 ,.���- .'z �'��.es.N y. ', &.- ` :,. € .x Ar e.,yk� '`�n✓.� 'f � tti 4� �" � - t= l rC uP£r;S., � ��eF�t�[,:.^,v ��£�;;: `Tv' �, t��fi����i,�� x ... `` � . o r .'4 �'�.. o L Sr'r�r,•�es�� �` �.,.:��x, �'r%ir•�dY P, 1,y`k �;..�:�' ct��`£artF r .,M`-,�^ff!+.�. .; � � 1 .�?.�,..�.e,.�•:i "t8�.�y.✓. +,{k