STAFFREPORT TO: FROM: RobertA.Clarke,PublicWorksDirector...

45
STAFF REPORT DATE: June 11, 2013 TO: City Council FROM: Robert A. Clarke, Public Works Director Michael Mitchell, Principal Civil Engineer SUBJECT: City Hall Roof Replacement, Program No. 7911 Recommendations 1. Approve the plans and specifications for the City Hall Roof Replacement, Program No. 7911; 2. Approve the attached Resolution Authorizing the City Manager to Execute a Contract with Garland/DBS, Inc., through the U.S. Communities cooperative purchasing system at a not-to- exceed price of $350,384 with an allocation of up to ten percent (10%) of the contract amount allocated for contingency purposes Fiscal Impact Staff has received a “not to exceed” cost from Garland / DBS, Inc. to perform the work necessary to repair the roof at City Hall in the amount of $350,384. If Council approves recommendations in this staff report, Garland / DBS, Inc., will complete the project for this amount, or less, unless there are substantial changes to the work, or unknown conditions. This project is fully funded by Facility Replacement Funds in Program 7911. Council Goal(s) This project addresses Council goals involving maintaining and improving our current infrastructure to meet community needs now and into the future. Background and Analysis City Hall Roof needs to be replaced. The roof at City Hall has surpassed its useful life. Specifically, the underlayment beneath the clay tiles has deteriorated and the roof has been leaking significantly during the past few winters. Due to the nature of the roof composition and the deteriorated condition of the current underlayment, leaks are difficult and impractical to repair. As a result, Facilities staff has most recently placed catch buckets in the attic to minimize water intrusion to office spaces below. This project will replace the protective underlayment beneath the tiles as well as repair all dry rot and damaged wood framing. The project also includes installation of a new gutter and downspout system and repairing some of the mortar on selected exterior walls. In order to maintain the historic character of the building, the Contractor will remove the original clay tiles and store them onsite while the underlayment is replaced and all other work is performed. Then the tiles will be re-installed, and broken or cracked ones will be replaced with new. The original tile manufacturer is still in existence so the match of the new tiles should be consistent, notwithstanding the difference in the age of the tiles. 06-11-13 City Council Meeting 04B - 1

Transcript of STAFFREPORT TO: FROM: RobertA.Clarke,PublicWorksDirector...

STAFF REPORT

DATE: June 11, 2013

TO: City Council

FROM: Robert A. Clarke, Public Works DirectorMichael Mitchell, Principal Civil Engineer

SUBJECT: City Hall Roof Replacement, Program No. 7911

Recommendations1. Approve the plans and specifications for the City Hall Roof Replacement, Program No. 7911;2. Approve the attached Resolution Authorizing the City Manager to Execute a Contract with

Garland/DBS, Inc., through the U.S. Communities cooperative purchasing system at a not-to-exceed price of $350,384 with an allocation of up to ten percent (10%) of the contract amountallocated for contingency purposes

Fiscal ImpactStaff has received a “not to exceed” cost from Garland / DBS, Inc. to perform the work necessary torepair the roof at City Hall in the amount of $350,384. If Council approves recommendations in this staffreport, Garland / DBS, Inc., will complete the project for this amount, or less, unless there are substantialchanges to the work, or unknown conditions.

This project is fully funded by Facility Replacement Funds in Program 7911.

Council Goal(s)This project addresses Council goals involving maintaining and improving our current infrastructure tomeet community needs now and into the future.

Background and AnalysisCity Hall Roof needs to be replaced.

The roof at City Hall has surpassed its useful life. Specifically, the underlayment beneath the clay tileshas deteriorated and the roof has been leaking significantly during the past few winters. Due to the natureof the roof composition and the deteriorated condition of the current underlayment, leaks are difficult andimpractical to repair. As a result, Facilities staff has most recently placed catch buckets in the attic tominimize water intrusion to office spaces below.

This project will replace the protective underlayment beneath the tiles as well as repair all dry rot anddamaged wood framing. The project also includes installation of a new gutter and downspout system andrepairing some of the mortar on selected exterior walls.

In order to maintain the historic character of the building, the Contractor will remove the original claytiles and store them onsite while the underlayment is replaced and all other work is performed. Then thetiles will be re-installed, and broken or cracked ones will be replaced with new. The original tilemanufacturer is still in existence so the match of the new tiles should be consistent, notwithstanding thedifference in the age of the tiles.

06-11-13 City Council Meeting 04B - 1

The City planned to solicit bids for the work using its usual procedure, and retained Indigo Architects toprepare technical specifications for the repair work. Indigo Architects provided complete technicalspecifications in 2012.

The City can contract for roof repairs through U.S. Communities.

Earlier this year, City staff learned that U.S. Communities, a nation-wide government purchasingcooperative, offered a contract for roofing materials and installation. Government Code Section 6500authorizes California public agencies to procure goods and services through a contract competitively bidby another public agency, including an out-of-state agency. This practice, sometimes called “piggybacking,” can be an efficient way to obtain necessary goods and services, as it generally requires less stafftime and upfront costs than traditional competitive bidding processes. It satisfies the statutoryrequirement for competition in procuring local agency goods and services. The City executed a MasterIntergovernmental Cooperative Purchasing Agreement with U.S. Communities in 2001, which remains ineffect.

The Garland/DBS proposal is advantageous to the City.

Garland/DBS, Inc. provides roofing materials and installation through U.S. Communities and is a licensedCalifornia contractor. Garland/DBS has given the City a “not to exceed” price for the repair work basedon the City’s technical specifications and observations at the site. Garland offers very favorable warrantyterms: ten years for the sloped portion of the roof, and thirty for the flat roof area. Garland’s warrantycovers the entire roof assembly; most roofing projects have no more than a one year warranty againstleaks, although individual parts of the roofing system may have longer warranties. Garland can providethese terms because it manufactures many of the roofing materials and takes responsibility for installingthe roof. Garland also provides periodic inspection of the roof materials during and after installation.

The procedure for entering into the construction contract through the cooperative system, if Councilapproves, will be as follows:

Garland will solicit at least three bids for installing the roof. The not-to-exceed-price will beadjusted if the installation bids are less than Garland estimated.The City will then execute a lump sum contract with Garland for the roofing project on the City’sstandard contract terms.

Recommendation 3, if approved, would allow the City Manager to award the project throughU.S. Communities government purchasing cooperative to Garland / DBS, Inc.

This process is expeditious in comparison to our traditional process, will allow us to complete the projectprior to the next rainy season and places less burden on City resources. The City will benefit from theinvolvement of the roof manufacturer in the installation and inspection of the roof, which should providea better quality installation and service. Many cities in California have used U.S. Communities for reasonssuch as these.

Staff has explained this process to the City Attorney, who has found the process acceptable.

Attachments:1. Resolution2. Project Specifications3. Proposal from Garland / DBS, Inc.

06-11-13 City Council Meeting 04B - 2

RESOLUTION NO. 13-XXX, SERIES 2013

RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACTWITH GARLAND/DBS, INC. FOR CITY HALL ROOF REPLACEMENT PROJECT

PROGRAM NO. 7911

WHEREAS, the City of Davis did prepare plans and specifications for the City Hall Roof Project,Program No. 7911; and

WHEREAS, the City executed a master Intergovernmental Cooperative Purchasing Agreement withU.S. Communities in 2001, which remains in effect; and

WHEREAS, Garland / DBS, Inc., is the U.S. Communities company for roofing materials, through acompetitive bid process, and

WHEREAS, Garland / DBS, Inc., as the roofing materials company in U.S. Communities, did submita proposal to the City of Davis with a not-to-exceed price of $350,384 for the designed work scope.

NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of Davis approves theplans and specifications for the City Hall Roof Project, Program No. 7911.

BE IT FURTHER RESOLVED that the City Council of the City of Davis does hereby authorize theCity Manager to contract with Garland / DBS, Inc., via the U.S. Communities masterIntergovernmental Cooperative Purchasing Agreement, for a not-to-exceed amount of $350,384 for theCity Hall Roof Replacement Project, Program No. 7911; and

BE IT FURTHER RESOLVED that the City Council of the City of Davis does hereby authorize theCity Manager to allocate a sum up to ten percent (10%) of the contract amount for contingencypurposes.

PASSED AND ADOPTED by the City Council of the City of Davis this 11th day of June 2013, bythe following vote:

AYES:

NOES:Joseph F. Krovoza

ATTEST: Mayor

Zoe S. Mirabile, CMCCity Clerk

06-11-13 City Council Meeting 04B - 3

Specific Conditions Page 1City Hall Roof Underlayment Replacement, Project No. 87011

Specific Conditions

City Hall Roof Underlayment ReplacementProject No. 87011

The work described herein shall be performed according to the City of Davis Public WorksStandard Specifications, January 1996 Edition, Addenda through October 2009, and allapplicable Building Codes.

Any discrepancies or omissions found in the Contract Documents shall be reported to theEngineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within areasonable time.

In resolving inconsistencies among two or more sections of the Contract Documents, precedenceshall be given in the following order:

A. Specific Conditions.B. City of Davis Standard Specifications and Plans.C. State Specifications and State Plans.D. Approved Civil Design Plans.

Addenda shall take precedence over all sections referenced therein. Figure dimensions ondrawings shall take precedence over scale dimensions. Detailed drawings shall take precedenceover general drawings.

The following sections shall modify Part 1, General Conditions of the City ofDavis Standard Specifications.

2-2 APPROXIMATE ESTIMATE

The Contractor shall furnish all equipment, tools, facilities, apparatus, labor, and materials,necessary to perform the work in accordance with the Contract for the item prices shown on theBid Proposal. The Bidder shall perform a takeoff and determine all quantities of materialsinvolved in the work. The Bidder's takeoff and estimate of quantities shall include all materialsand work required to produce a complete project, whether or not said items of work are clearlydefined on the Plans or in these Specifications.

2-9 EXPERIENCE STATEMENT

This section is deleted.

3-2 CONTRACT BONDS

Bonds (Bid Bond, Performance Bond, and Labor and Material Bond) shall be provided by asurety duly authorized by the Insurance Commissioner to transact business in the State of

06-11-13 City Council Meeting 04B - 4

Specific Conditions Page 2City Hall Roof Underlayment Replacement, Project No. 87011

California. If the surety is not California Admitted, the Contractor's bid shall be found non-responsive.

The Performance Bond and the Labor and Material Bond shall be equal to 100 percent of thecontract price.

4-1 SCOPE OF WORK

This scope applies to the City Hall main building (old Davis High School) only and not theChambers building. The work includes: removal and salvage of existing clay roof tiles; replacementof broken tiles; underlayment with waterproofing membrane; replacement of structural wood dryrot areas with new material including plywood, decking, framing, etc.; installation of new metalflashing including priming and painting; installation of new metal gutters and down-spout elbowsincluding priming and painting; priming and painting of all wood fascia boards with matchingcolor; removal, salvage and cleaning of existing skylights; installation of new flashing and weatherproofing along skylights; reinstallation of existing skylights; and adjusting of existing insulation toclear attics vents including installation of a continuous metal dam.

The project includes an additive alternative for repointing of west wall brick veneer mortar at alljoints that show loose or disintegrated mortar and placing new mortar to match existing color.

Work shall be performed in accordance with the City of Davis' Standard Specifications January1996 Edition, Addenda through October 2009, General Prevailing Wage Rates, Labor Surcharge,and Equipment Rental Rates, and the Contract Documents.

5-2 PLANS AND SHOP DRAWINGS

Refer to the plans for Submittal List.

5-5 ORDER OFWORK

The Order of Work shall conform to the following provisions:

1. Pre-construction meeting with City, submittal of construction schedule, issuanceof Notice to Proceed and other administrative requirements.

2. Contractor to pull building permit from City Hall prior to construction (Buildingpermit applied for by City and ready for issue).

3. Contractor to provide submittals for City staff review.

4. Contractor to perform construction work.

5-8.1 HOURS OF WORK

This project is located in a residential area and no work will be allowed during non-normalworking hours, except in a City operated facility and under special circumstances (see the next

06-11-13 City Council Meeting 04B - 5

Specific Conditions Page 3City Hall Roof Underlayment Replacement, Project No. 87011

paragraph). Work will generally be allowed during weekdays, excluding holidays, from thehours of 7:00 a.m. to 5:00 p.m.

It is recognized that some of the work on this project may or will need to be performed duringnon-normal working hours. The Contractor shall make arrangements with the City for inspectionservices at least one week in advance of such need. The Contractor shall indicate the need fornon-normal work hours in the various schedules submitted during the progress of the project.The Contractor may work on Saturdays, from 8:00 a.m. to 5:00 p.m., and on Sundays, from 9:00a.m. to 5:00 p.m.

Workdays and official holidays for this contract shall be determined by the current CalTransConstruction Workday Calendar.

5-15 CONSTRUCTION ACCESS

All trucks exceeding 3 tons GVW shall use Covell Boulevard, F Street to East 14th Street toB Street to get to and from this site. The Contractor shall require all material suppliers and sub-contractors to comply with the authorized truck route.

Space will be made available to the Contractor during the project for construction staging andlaydown of equipment and materials in the City Hall parking lot. The Contractor shall makeknown, at the pre-construction meeting, approximately how much space will be needed. Staffwill make every effort to provide the requested space but cannot guarantee all the requested spacewill be available.

For the life of the project, the staging and laydown area will be surrounded by constructionfencing and locked during non-working hours with a key provided to the Public Works Inspector.The Contractor shall provide all fencing and security.

5-17 CITY BUILDING CODE REQUIREMENT

All work shall conform to the requirements of the City Building Code (the 2010 edition of theUniform Building Code as modified) and the building permit issued for this project.

6-11 CONSTRUCTION DEBRIS DIVERSION

Prior to mobilization, the Contractor shall obtain and fill out the Construction Debris Diversionform, located on the City’s website (http://cityofdavis.org/pw/recycle/c-and-d-materials.cfm).This form dictates how certain construction debris will be recycled, reused or reclaimed. TheContractor shall follow the dictates of the form.

7-1.9 CONTRACTOR'S LICENSE CLASSIFICATION

In accordance with the provisions of California Public Contract Code Section 3300, the Cityhas determined that the Contractor shall possess a valid Class [B] - General Building, or Class[C-39] Roofing Contractor Contractor's license at the time of the bid opening. Failure to

06-11-13 City Council Meeting 04B - 6

Specific Conditions Page 4City Hall Roof Underlayment Replacement, Project No. 87011

possess the specified license shall render the bid as non-responsive, and shall act as a bar toaward the Contract to any bidder not possessing said license at the time of the bid opening.

7-1.9.1 DEBARMENT OF PRIME CONTRACTOR OR SUBCONTRACTOR

In accordance with the provisions of Section 6109 of the Public Contract Code a debarredcontractor or subcontractor is prohibited from bidding on a public project or working as asubcontractor on public works projects as replacement for a contractor in the original bid.

Any contract on a public works project entered into between a contractor and a debarredsubcontractor is void as a matter of law. A debarred subcontractor may not receive any publicmoney for performing work as a subcontractor on a public works contract, and any public moneythat may have been paid to a debarred subcontractor by a contractor on the project shall bereturned to the City. The Contractor shall be responsible for the payment of wages to workers ofa debarred subcontractor who has been allowed to work on the project.

7-3.1 CITY BUSINESS LICENSE

The Prime Contractor shall obtain a City Business License. The dollar amount claimed for"gross receipts" shall be the dollar amount awarded to the Contractor, or the anticipated annualgross receipts earned within the City, whichever is larger.

The total Business License fee is $10, plus a tax amount determined based upon the amount ofthe contract award and the following table:

Table of Business License Fees

Gross Receipts(Range: From/To)

License Fee(Group III)

$0.00 to 9,999 $ 4.50

10,000 to 19,999 13.50

20,000 to 29,999 22.50

30,000 to 39,999 31.50

40,000 to 49,999 40.50

50,000 to 59,999 49.50

60,000 to 69,999 58.50

70,000 to 79,999 67.50

80,000 to 89,999 76.50

90,000 to 99,999 85.50

100,000 to 109,999 94.50

06-11-13 City Council Meeting 04B - 7

Specific Conditions Page 5City Hall Roof Underlayment Replacement, Project No. 87011

Table of Business License Fees

Gross Receipts(Range: From/To)

License Fee(Group III)

Plus for each additional $10,000 9.00

7-3.2 PERMIT FOR CONSTRUCTIONWATER

The Contractor’s forces may use the facility domestic water as needed. No permit is required.

7-3.3 BUILDING PERMIT

The Contractor is required to obtain a building permit for the project. The City has applied forthe building permit and it is available for issue to the Contractor at the start of the job. TheContractor shall obtain the no-fee building permit from the west counter at City Hall, 23 RussellBoulevard.

7-5 SAFETY AND HEALTH PROVISIONS

Special attention will be given to all elevated work above ground including provisions of Section7150 of the Labor Code concerning scaffolding and Section 6708 concerning adequateemergency first aid treatment for employees.

7-7.1 PUBLIC SAFETY

The Contractor shall take note working in a public facility and shall be cautious and courteous tominimize disturbance to occupants and patrons.

At the end of each day's work, the Contractor shall perform good housekeeping of the site andwork area by removing and storing equipment and materials, and by cleaning up all constructiondebris and obstructions within the public area.

7-11 INSURANCE

The Contractor's insurance underwriter shall submit proof of insurance using the City’s forms ortheir ISO equivalent.

8-1 SUBCONTRACTING

The Contractor's own organization shall perform Contract work amounting to not less than 50percent of the original total Contract price.

8-1.1 SUBCONTRACT DOCUMENTS

All subcontracts shall include provisions that the Contract between the City and Contractor is partof the subcontract, and that all terms and provisions of said Contract are incorporated in the

06-11-13 City Council Meeting 04B - 8

Specific Conditions Page 6City Hall Roof Underlayment Replacement, Project No. 87011

subcontract. Copies of the subcontract shall be available to the Engineer upon written request, andshall be provided to the Engineer at the time any litigation is filed against the City concerning theproject.

8-3.1 PRECONSTRUCTIONMEETING

A preconstruction meeting will be held at the Engineer's office to discuss with the Contractor, thescope of work, Plans, Specifications, existing conditions, submittals, materials, constructionequipment, easements and other essential matters relating to the satisfactory completion of thework. This meeting will be held prior to the issuance of the Notice to Proceed. The Contractor'srepresentative(s) shall include the project on-site superintendent, other primary superintendents andmay also include major subcontractors.

8-4 PROGRESS SCHEDULE

A Progress Schedule shall be prepared and submitted prior to the pre-construction meeting. Anamount up to 10% of the first progress billing or up to $5,000, whichever is greater, shall bededucted from the first progress payment if the Progress Schedule has not been submitted or aBusiness License has not been obtained prior to the first billing for Contractor's completed work.This deduction will be in addition to the normal 10% retention.

8-6 TIME OF COMPLETION

The Contractor shall prosecute the work to completion before the expiration of 90 CALENDARDAYS.

8-7 LIQUIDATED DAMAGES

The Contractor will pay to the City the sum of One Hundred Twenty-Five Dollars ($125) asliquidated damages pursuant to the Specifications for each and every day's delay in finishing thework in excess of the number of working days prescribed.

9-2.1 SCHEDULE OF BID ITEMS

The abbreviations in the column designated Units on the Proposal or Bid Schedule shall have thefollowing meanings:

Item designated LS is lump sum.Item designated SF is square foot.Item designated BF is board foot.

Bid Item 1, Clay Roof Tiles: This item shall consist of temporary removal of all main buildingroof tiles, storing the tiles in a protected, secure area, cleaning and reinstalling them including allfastening hardware, wood nailers, ridge boards, blocking, and replacing any broken/damagedexisting clay tiles with new clay tiles of same style and color. All work shall be installed inaccordance with the plan details and specifications. Contractor to provide a quantity of new tiles

06-11-13 City Council Meeting 04B - 9

Specific Conditions Page 7City Hall Roof Underlayment Replacement, Project No. 87011

equal to 20% of the total roof area as follows: 5% spare tiles to owner, and 15% for breakage. Nomeasurement shall be made.

Bid Item 2, Underlayment: This item shall consist of removal and disposal of all existing mainbuilding underlayment and the installation of new underlayment single-ply membrane includingwaterproof membrane in accordance with plans, details and specifications. No measurement shallbe made.

Bid Item 3, Flat Roof Areas: This item shall consist of removal and disposal of all mainbuilding built-up roof flat areas and installing new single ply roofing system over the entire flatroof areas in accordance with plans, details and specifications. No measurement shall be made.

Bid Item 4, Roof Deck Dry-Rot: This item shall consist of removal and disposal of those areas ofthe main building plywood roof deck sheathing that contain dry-rot. The estimated quantity forthis bid item is 5% of the total roof area. Measurement shall be per square foot.

Bid Item 5, Miscellaneous Wood Dry-Rot: This item shall consist of removal and disposal ofareas of the main building that contain wood dry-rot, including but not limited to roof deck,fascia boards and any structural framing encountered during the scope of this work. Theestimated quantity for this bid item is 20% of the perimeter redwood eave fascia. Measurementshall be industry standard board foot.

Bid Item 6, Metal Flashings and Gutters: This item shall consist of removal and replacementof the main building metal flashing and all eave gutters including rainwater leaders with new.All exposed flashing including metal gutters shall be primed and painted with matching color.No measurement shall be made.

Bid Item 7, Wood Fascia Boards: This item shall consist of scraping, priming and painting withmatching color all fascia boards. Any wood with dry rot damage requiring replacement will beaddressed under Bid Item 5. No measurement shall be made.

Bid Item 8, Skylights: This item shall consist of removing and cleaning all main building skylights, removing existing metal flashing, installing new flashing, installing new waterproofmembrane, cleaning the exterior of the skylight panels, and re-installing skylights in accordancewith plans, details and specifications. Any wood framing with dry rot damage requiringreplacement will be addressed under Bid Item 5. No measurement shall be made.

Bid Item 9, Attic Insulation: This item shall consist of clearing the attic ventilation vents bypulling back the existing insulation and installing a continuous metal dam, in accordance withplans, details and specifications. No measurement shall be made.

Add Alternate Bid Item 10, Repoint Brick Veneer Mortar Joints: This item shall consist of therepointing of west wall brick veneer mortar at all visible loose, cracked or disintegrated mortarjoints. Repoint bricks with new mortar matching in color. Measurement shall be per linear footof mortar placed.

06-11-13 City Council Meeting 04B - 10

Specific Conditions Page 8City Hall Roof Underlayment Replacement, Project No. 87011

9-3.1.1.2 LABOR SURCHARGE

The labor surcharge on this project shall be 13 percent for regular time and 12 percent forovertime.

9-6 PARTIAL PAYMENTS

Contractor's attention is directed to Section 9-6, "Partial Payments," and 9-8, "Payment AfterAcceptance," of the Standard Specifications and these Special Conditions.

Add the following paragraph:

Satisfactory Performance

The Contractor agrees to pay each subcontractor under this Contract for satisfactory performanceof its contract no later than 10 days from the receipt of each payment the Contractor receivedfrom the City. Any delay or postponement of payment from the above referenced time framemay occur only for good cause following written approval of the Engineer.

9-7 SUBSTITUTION OF SECURITIES FOR WITHHELDMONEY

Add the following paragraph:

When a Letter of Credit is provided by the Contractor to substitute securities for withheld money,the expiration date of the Letter shall cover the extended date of completion for the Contract,plus 60 days or until all issues are resolved. All outstanding issues, including a signedAcceptance Statement from the Contractor, must be resolved before the City authorizes release ofthe Letter. If there are no items being disputed, then 30 days will apply instead of the 60 days.

9-8.1 FINAL PAYMENTS AND CLAIMS

The City shall retain 5 percent of the estimated value of the work done and acceptable materialsincorporated into the work as partial security for fulfillment of the Contract by the Contractor.

Add the following paragraph:

Release of Retainage

The Contractor agrees further to release retainage payments to each subcontractor within 30 daysafter the subcontractor's work is satisfactorily completed. Any delay or postponement ofpayment from the above referenced time frame may occur only for good cause following writtenapproval of the Engineer.

EndSpecific Conditions

06-11-13 City Council Meeting 04B - 11

Davis City Hall Roof Repair 04 0100 - 1 MAINTENANCE OF MASONRY

TABLE OF CONTENTS

DIVISION 04 - MASONRY

04 0100 MAINTENANCE OF MASONRY

DIVISION 07 - THERMAL AND MOISTURE PROTECTION

07 0150.19 PREPARATION FOR RE-ROOFING07 3213 CLAY ROOF TILES07 5400 THERMOPLASTIC MEMBRANE ROOFING07 6200 SHEET METAL FLASHING AND TRIM

06-11-13 City Council Meeting 04B - 12

Davis City Hall Roof RepairProject No. 87011 04 0100 - 1 MAINTENANCE OF MASONRY

MAINTENANCE OF MASONRY

PART 1 GENERAL1.01 SECTION INCLUDES

A. Repointing mortar joints.1.02 REFERENCE STANDARDS

A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry Structures;American Concrete Institute International ; 2009.

1.03 ADMINISTRATIVE REQUIREMENTSA. Pre-installation Meeting: Convene one week prior to commencing work of this section.

1. Require attendance of parties directly affecting work of this section.2. Review conditions of installation, installation procedures, and coordination with related

work.1.04 QUALITY ASSURANCE

A. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of thecontract documents.

PART 2 PRODUCTS2.01 MORTAR MATERIALSPART 3 EXECUTION3.01 EXAMINATION

A. Verify that surfaces to be repointed are ready for work of this section.3.02 PREPARATION

A. Protect surrounding elements from damage due to restoration procedures.B. Separate areas to be protected from restoration areas using means adequate to prevent

damage.C. Mask immediately adjacent surfaces with material that will withstand cleaning and restoration

procedures.3.03 REPOINTING

A. Cut out loose or disintegrated mortar in joints to minimum 1/2 inch (6 mm) depth or until soundmortar is reached.

B. Use power tools only after test cuts determine no damage to masonry units will result.C. Do not damage masonry units.D. When cutting is complete, remove dust and loose material by brushing.E. Pre-moisten joint and apply mortar. Pack tightly in maximum 1/4 inch (6 mm) layers. Form a

smooth, compact mortar joint to match existing.F. Moist cure for 72 hours.

END OF SECTION

06-11-13 City Council Meeting 04B - 13

Davis City Hall Roof RepairProject No. 87011 07 0150.19 - 1 PREPARATION FOR RE-ROOFING

PREPARATION FOR RE-ROOFING

PART 1 GENERAL1.01 SECTION INCLUDES

A. Removal of existing roofing system in preparation for a new roof membrane system.B. Storing and care for existing clay roof tiles to be secured on-site for re-use.

1.02 RELATED REQUIREMENTSA. Section 07 3213 - Clay Roof Tiles.

1.03 PRICE AND PAYMENT PROCEDURESA. Repair Existing Wood Deck:

1. Basis of Measurement: By the square foot.2. Basis of Payment: Includes replacing decking with new material of same thickness.

B. Repair Existing Wood Trim, Fascia Board, etc.1. Basis of Measurement: By the board foot.2. Basis of Payment: Includes replacing wood trim, fascia board, etc. with new material of

same type and thickness.1.04 REFERENCE STANDARDS

A. ASTM C208 - Standard Specification for Cellulosic Fiber Insulating Board ; 2008a.1.05 ADMINISTRATIVE REQUIREMENTS

A. Pre-installation Meeting: Convene one week before starting work of this section.B. Schedule work to coincide with commencement of installation of new roofing system.C. Confirm with City of Davis personnel, before proceeding with the work, the area of the site which

will be available to the Contractor for staging and storing of materials, including the temporarystorage of the existing roof tiles to be reused. Contractor to provide secure temporary fencedarea for the storage of material including the existing clay roof tiles which are to be reused onthe building.

D. Prepare construction phasing plan for approval by City before proceeding with the work. Plan isto indicate arrival and storage of materials on site, location and nature of temporary facilities andsecurity measures, sequencing of the work, indication of which areas of the existing roof will bephased including timing. Provide a plan showing any phased demolition and replacement ofroofing, any other procedural measures required for the construction.

1.06 FIELD CONDITIONSA. Do not remove existing roofing membrane when weather conditions threaten the integrity of the

building contents or intended continued occupancy.B. Maintain continuous temporary protection prior to and during installation of new roofing system.

PART 2 PRODUCTS2.01 MATERIALS

A. Temporary Protection: Sheet polyethylene; provide weights to retain sheeting in position.B. Protection Board: ASTM C208 cellulose fiber board, one face finished with mineral fiber,

asphalt and kraft paper.PART 3 EXECUTION3.01 EXAMINATION

A. Verify that existing roof surface is clear and ready for work of this section.3.02 PREPARATION

A. Sweep roof surface clean of loose matter.

06-11-13 City Council Meeting 04B - 14

Davis City Hall Roof RepairProject No. 87011 07 0150.19 - 2 PREPARATION FOR RE-ROOFING

B. Remove loose refuse and dispose off site.3.03 MATERIAL REMOVAL

A. Remove only existing roofing materials that can be replaced with new materials as the weatherwill permit.

B. Remove metal counter flashings.C. Remove damaged portions of roofing membrane, perimeter base flashings, flashings around

roof protrusions, pitch pans and pockets.D. Remove damaged insulation and fasteners, cant strips, wood blocking, etc.E. Remove sheathing paper and underlay.F. Where necessary, repair existing wood deck surface to provide smooth working surface for new

roof system.G. Identify any areas of existing wood deck, fascia and trim which are unsound, have dry rot or are

otherwise recommended for replacement and advise City for its approval before proceeding.3.04 FIELD QUALITY CONTROL

A. The drawings identify the approximate limits to material removal.3.05 PROTECTION

A. Provide temporary protective sheeting over uncovered deck surfaces.B. Turn sheeting up and over parapets and curbing. Retain sheeting in position with temporary

fasteners.C. Provide for surface drainage from sheeting to existing drainage facilities.D. Do not permit traffic over unprotected or repaired deck surface.E. Contractor is responsible for any damage resulting to building, occupants and contents which

results from inadequate temporary protective measures against wind and rain during course ofconstruction.

F. Contractor to provide secure temporary fenced area for the storage of material including theexisting clay roof tiles which are to be reused on the building.

3.06 SCHEDULESA. All Roof Areas: Remove existing roofing gravel, perimeter flashings, base flashings, counter

flashings, vent stack flashings, roofing membrane, and existing clay roof tiles, mortar, battens,nailers, accessories, etc. Only those existing clay roof tiles that are found to be broken orotherwise unsound for reuse are intended for disposal, the remainder must be securely storedfor reinstallation on the project roof.

B. Remove roof mounted mechanical equipment and reinstall, as necessary.

END OF SECTION

06-11-13 City Council Meeting 04B - 15

Davis City Hall Roof RepairProject No. 87011 07 3213 - 1 CLAY ROOF TILES

CLAY ROOF TILES

PART 1 GENERAL1.01 SECTION INCLUDES

A. Clay roof tiles, clay tile roofing.B. Underlayment.C. Membrane waterproofing.D. Wood attachment members (nailers, etc.).E. Fasteners and accessories.

1.02 RELATED REQUIREMENTSA. Section 07 6200 - Sheet Metal Flashings and Trim: Roof flashing.

1.03 REFERENCE STANDARDSA. ASTM C91 - Standard Specification for Masonry Cement; 2005.B. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar; 2004.C. ASTM C270 - Standard Specification for Mortar for Unit Masonry; 2010.D. ASTM C1167 - Standard Specification for Clay Roof Tiles; 2003 (Reapproved 2009).E. ASTM D1970 - Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet

Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2009.F. ASTM D3019 - Standard Specification for Lap Cement Used with Asphalt Roll Roofing, Non

Fibered, Asbestos Fibered, and Non Asbestos Fibered; 2008.G. ASTM D4586 - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 2007.H. ASTM D4869 - Standard Specification for Asphalt-Saturated Organic Felt Underlayment Used in

Steep Slope Roofing; 2005.I. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2010.J. ICC-ES AC188 - Acceptance Criteria for Roof Underlayments; 2007.K. AWPA U1 - Use Category System: User Specification for Treated Wood; American Wood-

Preservers' Association; 2010.L. NRCA MS104 - The NRCA Steep Roofing Manual; National Roofing Contractors Association;

2001, Fifth Edition, with interim updates.M. SMACNA (ASMM) - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning

Contractors’ National Association, 7th Edition, 2012.1.04 SUBMITTALS

A. Product Data: Manufacturer's data sheets on tile and underlayment, indicating materialcharacteristics, installation instructions, and limitations and precautions.

B. Shop Drawings: For metal flashings and counterflashings, indicate overall configurations andthicknesses, details at complex intersections, jointing methods and locations, and fasteningdetails.

C. Selection Samples: Submit color chips representing manufacturer's full range of available tilecolors and finishes.

D. Verification Samples: Set of tiles representing actual product in color, finish, and style, includingspecial shapes and fittings.

E. Maintenance Materials: Furnish the following for Owner's use in maintenance of project.1. Extra Roof Tiles: Quantity equal to 5% of total installed tiles, including same quantities for

each type of tile accessory shapes and fittings. Also provide to Owner any unused tile fromthe breakage allowance of 15% of total installed tiles.

06-11-13 City Council Meeting 04B - 16

Davis City Hall Roof RepairProject No. 87011 07 3213 - 2 CLAY ROOF TILES

1.05 MOCK-UPA. Provide a mock-up for evaluation of tile installation workmanship, including typical eave, rake,

valley, and ridge detail.1. Minimum mock-up size: 4 x 4 ft (1220 x 1220 mm).2. Do not proceed with remaining work until workmanship has been approved by Architect or

City personnel.3. Refinish mock-up area as required to produce acceptable work.4. Approved mock-up may be retained as part of the Work.

1.06 DELIVERY, STORAGE, AND HANDLINGA. Deliver and store materials in manufacturer's unopened packaging, with labels intact, until ready

for installation.B. Store and dispose of solvent-based materials, and materials used with solvent-based materials,

in accordance with requirements of local authorities having jurisdiction.1.07 WARRANTY

A. Correct defective work within a 5 year period after Date of Substantial Completion.PART 2 PRODUCTS2.01 MANUFACTURERS

A. Clay Roofing Tiles:1. Design is based on 18" Cordova #8 mix straight barrel tiles manufactured by Gladding

McBean, Lincoln, CA, 800-964-2529, http://gladdingmcbean.paccoast.com.2. Substitutions: Not permitted.

2.02 ROOF TILESA. Existing Clay Roof Tiles: Salvage and reuse intact and serviceable existing clay tiles wherever

possible.B. Clay Roof Tiles:

1. Match existing tile as closely as possible.2. Comply with requirements for ASTM C1167, Grade 1 tile; with nail holes made before

firing.3. Profile: One-piece S-shaped barrel tile.4. Tile Size: 8" x 18" x 2 5/8".5. Vertical Exposure: Estimated Nominal 6 inches (150 mm).6. Finish: Unglazed, natural fired.7. Quantity: Provide new tiles equal to 20% of total installed tiles including same quantities for

each type of tile accessory shapes and fittings, as follows: spare to Owner is 5% of totalinstalled tiles, tile breakage is 15% with any unused tile from the breakage allowanceprovided to Owner.

C. Special Shapes and Fittings: Supply special shapes and fittings of same material and finish asadjacent tile, factory-formed before firing, as indicated on drawings or as required for specificproject conditions, including but not limited to starting cover tile, gable rake, double eaves andeave closure.

2.03 SHEET MATERIALSA. Underlayment: Synthetic non-asphaltic sheet, intended by manufacturer for mechanically

fastened roofing underlayment without sealed seams. Minimum thickness of 30 mils (0.75 mm).Manufacturer used on this project must match that of the Membrane Waterproofing. Install permanufacturer's recommendations.1. Self Sealability: Passing nail sealability test specified in ASTM D1970.2. Low Temperature Flexibility: Passing test specified in ASTM D1970.3. Water Vapor Permeance: Vapor retarder; maximum of 1 perm (5.7 ng/(Pa s sq m)),

when tested in accordance with ASTM E96/E96M Procedure A (desiccant method).

06-11-13 City Council Meeting 04B - 17

Davis City Hall Roof RepairProject No. 87011 07 3213 - 3 CLAY ROOF TILES

4. Performance: Meet or exceed requirements for ASTM D226, Type II asphalt-saturatedorganic felt.

5. Liquid Water Transmission: Passes ASTM D4869.6. Functional Temperature Range: Minus 50 degrees F to 320 degrees F.7. Fasteners: As specified by manufacturer and building code qualification report or

approval, if any.8. Products:

a. "StrongSeal DB Nail-Down Performance Rubber Roofing Underlayment", CETCO,2870 Forbs Avenue Hoffman Estates, IL 60192, 847.851.1800, 800.527.9948www.CETCO.com.

b. "Sharkskin Ultra", Kirsch Building Products, LLC, 1464 Madera Road, Suite #387,Simi Valley, CA 93065, http://www.sharkskin.us, 877.742.7507.

c. Substitutions: Or approved equal as determined by Architect or City personnel basedon substitution data submitted by Contractor demonstrating equivalency.

B. Membrane Waterproofing: Self-adhering polymer-based sheet complying with ASTM D1970;minimum thickness of minimum 40 mils (1.02 mm); with strippable release paper and slip-resistant embossed polyethylene sheet top surface. Manufacturer used on this project mustmatch that of the Underlayment. Install per manufacturer's recommendations.1. "StrongSeal SA", CETCO, 2870 Forbs Avenue Hoffman Estates, IL 60192, 847.851.1800,

800.527.9948 www.CETCO.com.2. "Sharkskin Ultra SA", Kirsch Building Products, LLC, 1464 Madera Road, Suite #387, Simi

Valley, CA 93065, http://www.sharkskin.us, 877.742.75073. Substitutions: Or approved equal as determined by Architect or City personnel based on

substitution data submitted by Contractor demonstrating equivalency.C. Flexible Flashing where used: Self-adhering polymer-modified asphalt sheet complying with

ASTM D1970; minimum thickness of 40 mils (1 mm); with strippable release paper and slip-resistant embossed polyethylene sheet top surface.

2.04 METAL FLASHING MATERIALSA. Provide metal roof flashing as specified in Section 07 6200.

2.05 FASTENERSA. Underlayment Fasteners: Hot-dip galvanized steel roofing nails, 11 gage (2.9 mm) thick, sharp

pointed with barbed shanks, minimum 3/8 inch (9.5 mm) diameter head, and of length sufficientto penetrate 3/4 inch (19 mm) into substrate or completely through it.

B. Twisted-Wire Tie System: Continuously twisted 10 gage (3.3 mm) copper wire with loopsformed at 6 inches (150 mm) on center, with tie wires in matching metal and thickness of 14gage (1.8 mm).

C. Adhesive: Asphalt plastic roof cement conforming to ASTM D4586, Type II, non-asbestos,heavy body mastic comprising asphalt and other mineral ingredients.

D. Roofing Mastic: Cold process modified bitumen type conforming to ASTM D3019, Type III.2.06 ACCESSORIES

A. Attachment Members:1. Material: Pressure preservative treated wood complying with AWPA U1 Use Category

UC3B, Commodity Specification A (Treatment C2) using waterborne preservative to 0.25lb/cu ft (4.0 kg/cu m) retention.

2. Nailers: Nominal 2 inch (50 mm) thick members, height as required for specific conditions.B. Mortar:

1. Cement: ASTM C91, Type M.2. Sand: ASTM C144, uniformly graded and free from organic materials.3. Mix: Premixed or site mixed, ASTM C270 for Type M mortar.

06-11-13 City Council Meeting 04B - 18

Davis City Hall Roof RepairProject No. 87011 07 3213 - 4 CLAY ROOF TILES

PART 3 EXECUTION3.01 EXAMINATION

A. Examine structural roof deck for compliance with specified requirements. Verify that roofpenetrations and roof openings are correctly installed in proper locations.

B. Do not begin installation of tile roofing until substrates have been properly prepared. If substratepreparation is the responsibility of another installer, notify Architect or City personnel ofunsatisfactory preparation before proceeding.

3.02 PREPARATIONA. Broom clean deck surface prior to installation of underlayment or eave protection.B. Remove existing tile roof, fasteners, underlayments and flashings, then prepare roof deck

surfaces using methods recommended by tile manufacturer for achieving best results underproject conditions.

C. Identify broken tiles which cannot be reused on the project and with approval by City, properlydispose. Also properly dispose of all demolition flashings, underlayments, etc.

D. Existing clay roof tile to be minimally cleaned to remove any loose organic matter and dirt, butnot to remove patina. Stack and store at on-site location directed by City, provide means ofsecuring with temporary fencing and locked gate.

E. Pound home or screw-in existing plywood deck fasteners for level deck surface, seal roof deckjoints wider than 1/2 inch (12.7 mm) with deck tape.

F. At areas where elastomeric membrane underlayment will be installed, fill knot holes and surfacecracks with latex filler, or cover knot holes with sheet metal.

G. Install eave edge and gable edge flashings tight with fascia, in accordance with SMACNA(ASMM) recommendations. Lap joints minimum 2 inches (50 mm) and seal with plastic cement.

3.03 INSTALLATIONA. Install clay tile roofing system in accordance with recommendations of tile manufacturer and in

accordance with recommendations of NRCA Steep Roofing Manual (MS104).1. Roof Slopes of 4/12 to 20/12: Install two layers of underlayment over entire roof area,

perpendicular to roof slope, with ends and edges weather lapped a minimum of 4 inches(100 mm) , or as per manufacturer's recommendation. Stagger end laps of each layer, andnail in place, or as per manufacturer's recommendation.

B. Valley Protection Membrane: Install full width membrane waterproofing centered at valleys, inaccordance with manufacturer’s installation instructions for project substrate. Weather lap jointsa minimum of 12 inches (305 mm).

C. Metal Valley Flashings:1. Open Valleys: Install minimum 24 inch (610 mm) wide flashing over valley protection

membrane, centered over valley and crimped to guide water; fasten to deck with cleats.Overlap end joints minimum 8 inches (200 mm), blind nailing upper end of each sheet; donot solder joints.a. Lap underlayment over edges of flashing a minimum of 4 inches (100 mm).

D. Sheet Metal Flashing: Install flashing at other locations as indicated and as required by projectconditions.1. Install flashing at all locations where clay roof tiles intersect other roofs, walls, parapets,

chimneys, ventilators, and similar projections.2. Install drip edge flashing at eaves prior to installing underlayment.3. Install drip edge flashing on downslope roof edges after installation of underlayment.

E. Elastomeric Membrane Waterproofing Flashing: Apply self-adhering membrane flashing inconcealed locations where metal flashing would be difficult or impossible to apply effectively.

F. Attachment Members:1. Cants: Install cant strips at eaves on top of underlayment, spaced for drainage.

06-11-13 City Council Meeting 04B - 19

Davis City Hall Roof RepairProject No. 87011 07 3213 - 5 CLAY ROOF TILES

2. Nailers: Install nailers at ridge and hips, directly over underlayment. Protect with additionallayer of underlayment before installing ridge and hip tiles and accessories.

3. Rake Edge Nailers: Install nailers at gable ends, configured as indicated to support tile andprovide weather protection to roof components.

G. Clay Tile:1. Install new tile in pan tile position only, and in locations generally deemed less visible from

the ground, coordinate with Owner.2. Install first row of tile at eaves with minimum projection of 4 inches (101 mm) , or as to

match existing.3. Lay tile square with building lines and parallel with roof slope. Install filler, closure, and

mitered pieces as required.4. Unless otherwise indicated or recommended by tile manufacturer, install tile with minimum

of 4 inch (100 mm) headlaps, or as to match existing.5. Stagger joints between courses.6. Miter tile at valleys to form straight edge using masonry saw.7. Where nailing of tiles required, drive nails to point where nail heads just clear surface of

tile, so tiles hang on nails. Do not overdrive nails, putting pressure on underlying tile, anddo not underdrive nails, putting strain on overlying tile.

8. At valleys and other areas with metal flashing, use wire ties for tile support as required toavoid nailing in vulnerable areas.

9. Cut and fit tiles neatly around vents, pipes, and other projections.10. Install accessories in accordance with manufacturer’s details and recommendations.

3.04 PROTECTIONA. Protect and secure existing tile when removed from roof and while stored on-site.B. Minimize traffic over finished roof surface. Where walking on roof is absolutely necessary, wear

soft-soled shoes and walk on butt of tiles to avoid breakage.C. Remove and replace damaged or broken tile before Date of Substantial Completion.

END OF SECTION

06-11-13 City Council Meeting 04B - 20

Davis City Hall Roof RepairProject No. 87011 07 5400 - 1 THERMOPLASTIC MEMBRANE ROOFING

THERMOPLASTIC MEMBRANE ROOFING

PART 1 GENERAL1.01 SECTION INCLUDES

A. Single-Ply Roofing: Where single-ply roofing is called out on drawings, use thermoplasticmembrane roofing system, including all components as specified in this section. This roofing isintended for the low-slope areas of the project roof.

B. Comply with the published recommendations and instructions of the roofing membranemanufacturer, at http://manual.fsbp.com.

C. Commencement of work by Contractor shall constitute acknowledgement by Contractor that thisspecification can be satisfactorily executed, under the project conditions and with all necessaryprerequisites for warranty acceptance by roofing membrane manufacturer. No modification ofthe Contract Sum will be made for failure to adequately examine the Contract Documents or theproject conditions.

1.02 RELATED REQUIREMENTSA. Section 07 6200 - Sheet Metal Flashing and Trim: Formed metal flashing and trim items

associated with roofing.1.03 REFERENCE STANDARDS

A. ASTM D638 - Standard Test Method for Tensile Properties of Plastics; 2010.B. ASTM D1004 - Standard Test Method for Initial Tear Resistance of Plastic Film and Sheeting;

2009.C. ASTM D6878 - Standard Specification for Thermoplastic Polyolefin Based Sheet Roofing; 2011.

1.04 SUBMITTALSA. Product Data:

1. Provide membrane manufacturer's printed data sufficient to show that all components ofroofing system, including insulation and fasteners, comply with the specified requirementsand with the membrane manufacturer's requirements and recommendations for thesystem type specified; include data for each product used in conjunction with roofingmembrane.

B. Samples: Submit samples of each product to be used.C. Installer Qualifications: Letter from manufacturer attesting that the roofing installer meets the

specified qualifications.D. Executed Warranty.

1.05 DELIVERY, STORAGE AND HANDLINGA. Deliver products in manufacturer's original containers, dry and undamaged, with seals and

labels intact and legible.B. Store materials clear of ground and moisture with weather protective covering.C. Keep combustible materials away from ignition sources.

1.06 WARRANTYA. Comply with all warranty procedures required by manufacturer, including notifications,

scheduling, and inspections.B. Warranty: Firestone Limited Warranty covering membrane, roof insulation, and other indicated

components of the system, for the term indicated.1. Limit of Liability: No dollar limitation.2. Scope of Coverage: Repair leaks in the roofing system caused by:

a. Ordinary wear and tear of the elements.b. Manufacturing defect in Firestone brand materials.

06-11-13 City Council Meeting 04B - 21

Davis City Hall Roof RepairProject No. 87011 07 5400 - 2 THERMOPLASTIC MEMBRANE ROOFING

c. Defective workmanship used to install these materials.d. Damage due to winds up to 55 mph (88 km/h).

3. Not Covered:a. Damage due to winds in excess of 55 mph (88 km/h).b. Damage due hurricanes or tornadoes.c. Hail.d. Intentional damage.e. Unintentional damage due to normal rooftop inspections, maintenance, or service.

PART 2 PRODUCTS2.01 MANUFACTURERS

A. Acceptable Manufacturer - Roofing System: Firestone Building Products Co., Carmel, IN.www.firestonebpco.com.

B. Manufacturer of Insulation and Cover Boards: Same manufacturer as roof membrane.C. Substitutions: Or approved equal as determined by Architect or City personnel based on

substitution data submitted by Contractor demonstrating equivalency. Substitutions: SeeSection 01 6000 - Product Requirements.

2.02 ROOFING SYSTEM DESCRIPTIONA. Single-Ply Roofing System: Thermoplastic olefin (TPO) single-ply membrane.

1. Membrane Attachment: Mechanically fastened.2. Warranty: Full system warranty; Firestone 20 year Red Shield Limited Warranty covering

membrane, roof insulation, and membrane accessories.3. Comply with applicable local building code requirements.4. Provide assembly having Underwriters Laboratories, Inc. (UL) Class A Fire Hazard

Classification.B. Roofing System Components: Listed in order from the top of the roof down:

1. Membrane: Thickness as specified.2. Base Sheet Over Insulation: Mechanically attached.3. Deck Cover Board: Gypsum-based board, 1/2 inch (12 mm) thick; mechanically fastened.4. Base Sheet: Fire-rated coated glass fiber slip sheet, loose-laid.

2.03 THERMOPLASTIC MEMBRANE MATERIALSA. Membrane: Flexible, heat weldable sheet composed of thermoplastic polyolefin polymer and

ethylene propylene rubber; complying with ASTM D6878, with polyester weft insertedreinforcement and the following additional characteristics:1. Thickness: 0.080 inch (2.03 mm) plus/minus 10 percent, with coating thickness over

reinforcement of 0.030 inch (0.76 mm) plus/minus 10 percent.2. Puncture Resistance: 415 lbf (1868 N), minimum, when tested in accordance FTM 101C

Method 2031.B. Membrane Fasteners: Type and size as required by roof membrane manufacturer for roofing

system and warranty to be provided; use only fasteners furnished by roof membranemanufacturer.

C. Curb and Parapet Flashing: Same material as membrane, with encapsulated edge whicheliminates need for seam sealing the flashing-to-roof splice; precut to 18 inches (457 mm) wide.

D. Formable Flashing: Non-reinforced, flexible, heat weldable sheet, composed of thermoplasticpolyolefin polymer and ethylene propylene rubber.1. Thickness: 0.060 inch (1.52 mm) plus/minus 10 percent.2. Tensile Strength: 1550 psi (10.7 MPa), minimum, when tested in accordance with ASTM

D638 after heat aging.3. Elongation at Break: 650 percent, minimum, when tested in accordance with ASTM D638

after heat aging.4. Tearing Strength: 12 lbf (53 N), minimum, when tested in accordance with ASTM D1004

after heat aging.

06-11-13 City Council Meeting 04B - 22

Davis City Hall Roof RepairProject No. 87011 07 5400 - 3 THERMOPLASTIC MEMBRANE ROOFING

5. Color: White.6. Acceptable Product: UltraPly TPO Flashing by Firestone.

E. Tape Flashing: 5-1/2 inch (140 mm) nominal wide TPO membrane laminated to cured rubberpolymer seaming tape, overall thickness 0.065 inch (1.6 mm) nominal; TPO QuickSeamFlashing by Firestone.

F. Pourable Sealer: Two-part polyurethane, two-color for reliable mixing; Pourable Sealer byFirestone.

G. Seam Plates: Steel with barbs and Galvalume coating; corrosion-resistance complying with FM4470.

H. Termination Bars: Aluminum bars with integral caulk ledge; 1.3 inches (33 mm) wide by 0.10inch (2.5 mm) thick; Firestone Termination Bar by Firestone.

I. Cut Edge Sealant: Synthetic rubber-based, for use where membrane reinforcement is exposed;UltraPly TPO Cut Edge Sealant by Firestone.

J. General Purpose Sealant: EPDM-based, one part, white general purpose sealant; UltraPly TPOGeneral Purpose Sealant by Firestone.

K. Molded Flashing Accessories: Unreinforced TPO membrane pre-molded to suit a variety offlashing details, including pipe boots, inside corners, outside corners, etc.; UltraPly TPO Smalland Large Pipe Flashing by Firestone.

L. Roof Walkway Pads: Non-reinforced TPO walkway pads, 0.130 inch (3 mm) by 30 inches (760mm) by 40 feet (12.19 m) long with patterned traffic bearing surface; UltraPly TPO WalkwayPads by Firestone.

2.04 ROOF INSULATION AND COVER BOARDSA. Gypsum-Based Cover Board: Non-combustible, water resistant gypsum core with embedded

glass mat facers, complying with ASTM C1177/C1177M, and with the following additionalcharacteristics:1. Size: 48 inches (1220 mm) by 96 inches (2440 mm), nominal.2. Surface Water Absorption: 2.5 g, maximum, when tested in accordance with ASTM C473.3. Surface Burning Characteristics: Flame spread of 0, smoke developed of 0, when tested

in accordance with ASTM E84.4. Combustibility: Non-combustible, when tested in accordance with ASTM E136.5. Mold Growth Resistance: Zero growth, when tested in accordance with ASTM D3273 for

minimum of 4 weeks.6. Pre-primed for better adhesion.7. Acceptable Product: Georgia-Pacific DensDeck FireGuard Type X.

PART 3 INSTALLATION3.01 GENERAL

A. Install roofing, insulation, flashings, and accessories in accordance with roofing manufacturer'spublished instructions and recommendations for the specified roofing system. Wheremanufacturer provides no instructions or recommendations, follow good roofing practices andindustry standards. Comply with federal, state, and local regulations.

B. Obtain all relevant instructions and maintain copies at project site for duration of installationperiod.

C. Do not start work until Pre-Installation Notice has been submitted to manufacturer as notificationthat this project requires a manufacturer's warranty.

D. Perform work using competent and properly equipped personnel.E. Temporary closures, which ensure that moisture does not damage any completed section of the

new roofing system, are the responsibility of the applicator. Completion of flashings,terminations, and temporary closures shall be completed as required to provide a watertightcondition.

06-11-13 City Council Meeting 04B - 23

Davis City Hall Roof RepairProject No. 87011 07 5400 - 4 THERMOPLASTIC MEMBRANE ROOFING

F. Install roofing membrane only when surfaces are clean, dry, smooth and free of snow or ice; donot apply roofing membrane during inclement weather or when ambient conditions will not allowproper application; consult manufacturer for recommended procedures during cold weather. Donot work with sealants and adhesives when material temperature is outside the range of 60 to80 degrees F (15 to 25 degrees C).

G. Protect adjacent construction, property, vehicles, and persons from damage related to roofingwork; repair or restore damage caused by roofing work.1. Protect from spills and overspray from bitumen, adhesives, sealants and coatings.2. Particularly protect metal, glass, plastic, and painted surfaces from bitumen, adhesives,

and sealants within the range of wind-borne overspray.3. Protect finished areas of the roofing system from roofing related work traffic and traffic by

other trades.H. Until ready for use, keep materials in their original containers as labeled by the manufacturer.I. Consult membrane manufacturer's instructions, container labels, and Material Safety Data

Sheets (MSDS) for specific safety instructions. Keep all adhesives, sealants, primers andcleaning materials away from all sources of ignition.

3.02 EXAMINATIONA. Examine roof deck to determine that it is sufficiently rigid to support installers and their

mechanical equipment and that deflection will not strain or rupture roof components or deformdeck.

B. Verify that surfaces and site conditions are ready to receive work. Correct defects in thesubstrate before commencing with roofing work.

C. Examine roof substrate to verify that it is properly sloped to drains.D. Verify that the specifications and drawing details are workable and not in conflict with the roofing

manufacturer's recommendations and instructions; start of work constitutes acceptable ofproject conditions and requirements.

3.03 PREPARATIONA. Take appropriate measures to ensure that fumes from adhesive solvents are not drawn into the

building through air intakes.B. Prior to proceeding, prepare roof surface so that it is clean, dry, and smooth, and free of sharp

edges, fins, roughened surfaces, loose or foreign materials, oil, grease and other materials thatmay damage the membrane.

C. Fill all surface voids in the immediate substrate that are greater than 1/4 inch (6 mm) wide withfill material acceptable insulation to membrane manufacturer.

D. Seal, grout, or tape deck joints, where needed, to prevent bitumen seepage into building.3.04 INSULATION AND COVER BOARD INSTALLATION

A. Install cover board in configuration and with attachment method(s) specified in PART 2, underRoofing System.

B. Install only as much cover board as can be covered with the completed roofing system beforethe end of the day's work or before the onset of inclement weather.

C. Lay roof cover board in courses parallel to roof edges.D. Neatly and tightly fit cover board to all penetrations, projections, and nailers, with gaps not

greater than 1/4 inch (6 mm). Fill gaps greater than 1/4 inch (6 mm) with acceptable insulation.Do not leave the roofing membrane unsupported over a space greater than 1/4 inch (6 mm).

3.05 SINGLE-PLY MEMBRANE INSTALLATIONA. Beginning at low point of roof, place membrane without stretching over substrate and allow to

relax at least 30 minutes before attachment or splicing; in colder weather allow for longer relaxtime.

B. Lay out the membrane pieces so that field and flashing splices are installed to shed water.

06-11-13 City Council Meeting 04B - 24

Davis City Hall Roof RepairProject No. 87011 07 5400 - 5 THERMOPLASTIC MEMBRANE ROOFING

C. Install membrane without wrinkles and without gaps or fishmouths in seams; bond and testseams and laps in accordance with membrane manufacturer's instructions and details.

D. Install membrane mechanically attached to the substrate using seam battens, fasteners, andedge securement as specified and as required by membrane manufacturers.

E. Mechanical Attachment: Install fasteners in the seams, covered by membrane.1. Lay out fasteners in compliance with FM Class specified in PART 2, as recommended by

membrane manufacturer, and as indicated, whichever is most stringent.2. Properly engage fasteners in the deck with head flush with the countersunk portion of

seam plate.F. Edge Securement: Secure membrane at all locations where membrane terminates or goes

through an angle change greater than 2 in 12 inches (1:6 ) using mechanically fastenedreinforced perimeter fastening strips, plates, or metal edging as indicated or as recommendedby roofing manufacturer.1. Exceptions: Round pipe penetrations less than 18 inches (460 mm) in diameter and

square penetrations less than 4 inches (200 mm) square.2. Metal edging is not merely decorative; ensure anchorage of membrane as intended by

roofing manufacturer.3.06 FLASHING AND ACCESSORIES INSTALLATION

A. Install flashings, including laps, splices, joints, bonding, adhesion, and attachment, as requiredby membrane manufacturer's recommendations and details.

B. Metal Accessories: Install metal edgings, gravel stops, and copings in locations indicated onthe drawings, with horizontal leg of edge member over membrane and flashing over metal ontomembrane.1. Follow roofing manufacturer's instructions.2. Remove protective plastic surface film immediately before installation.3. Install water block sealant under the membrane anchorage leg.4. Flash with manufacturer's recommended flashing sheet unless otherwise indicated.5. Where single application of flashing will not completely cover the metal flange, install

additional piece of flashing to cover the metal edge.6. If the roof edge includes a gravel stop and sealant is not applied between the laps in the

metal edging, install an additional piece of self-adhesive flashing membrane over the metallap to the top of the gravel stop; apply seam edge treatment at the intersections of the twoflashing sections.

7. When the roof slope is greater than 1:12, apply seam edge treatment along the back edgeof the flashing.

C. Existing Scuppers: Remove scupper and install new scupper.D. Scuppers: Set in sealant and secure to structure; flash as recommended by manufacturer.E. Flashing at Walls, Curbs, and Other Vertical and Sloped Surfaces: Install weathertight flashing

at all walls, curbs, parapets, curbs, skylights, and other vertical and sloped surfaces that theroofing membrane abuts to; extend flashing at least 8 inches (200 mm) high above membranesurface.

F. Roof Drains:1. Existing Drains: Remove all existing flashings, drain leads, roofing materials and cement

from the drain; remove clamping ring.2. Position membrane, then cut a hole for roof drain to allow 1/2 to 3/4 inch (12 to 19 mm) of

membrane to extend inside clamping ring past drain bolts.3. Make round holes in membrane to align with clamping bolts; do not cut membrane back to

bolt holes.4. Apply sealant on top of drain bowl where clamping ring seats below the membrane5. Install roof drain clamping ring and clamping bolts; tighten clamping bolts to achieve

constant compression.

06-11-13 City Council Meeting 04B - 25

Davis City Hall Roof RepairProject No. 87011 07 5400 - 6 THERMOPLASTIC MEMBRANE ROOFING

G. Flashing at Penetrations: Flash all penetrations passing through the membrane; make flashingseals directly to the penetration.

3.07 FINISHING AND WALKWAY INSTALLATIONA. Install walkways at access points to the roof, around rooftop equipment that may require

maintenance, and where indicated on the drawings.B. Walkway Pads: Adhere to the roofing membrane, spacing each pad at minimum of 1.0 inch (25

mm) and maximum of 3.0 inches (75 mm) from each other to allow for drainage.1. If installation of walkway pads over field fabricated splices or within 6 inches (150 mm) of a

splice edge cannot be avoided, adhere another layer of flashing over the splice andextending beyond the walkway pad a minimum of 6 inches (150 mm) on either side.

2. Prime the membrane, remove the release paper on the pad, press in place, and walk onpad to ensure proper adhesion.

3.08 FIELD QUALITY CONTROLA. Inspection by Manufacturer: Provide final inspection of the roofing system by a Technical

Representative employed by roofing system manufacturer specifically to inspect installation forwarranty purposes (i.e. not a sales person).

B. Perform all corrections necessary for issuance of warranty.3.09 CLEANING

A. Clean all contaminants generated by roofing work from building and surrounding areas,including bitumen, adhesives, sealants, and coatings.

B. Repair or replace building components and finished surfaces damaged or defaced due to thework of this section; comply with recommendations of manufacturers of components andsurfaces.

C. Remove leftover materials, trash, debris, equipment from project site and surrounding areas.3.10 PROTECTION

A. Where construction traffic must continue over finished roof membrane, provide durableprotection and replace or repair damaged roofing to original condition.

END OF SECTION

06-11-13 City Council Meeting 04B - 26

Davis City Hall Roof RepairProject No. 87011 07 6200 - 1 SHEET METAL FLASHING AND TRIM

SHEET METAL FLASHING AND TRIM

PART 1 GENERAL1.01 SECTION INCLUDES

A. Fabricated sheet metal items, including flashings, counterflashings, gutters, downspouts, sheetmetal roofing, and other items as required to complete the work.

B. Reglets and accessories.1.02 RELATED REQUIREMENTS

A. Section 07 3213 - Clay Roof Tiles: Flashings associated with clay roofing tiles.B. Section 07 6100 - Sheet Metal Roofing.C. Section 07 5400 - Thermoplastic Membrane Roofing.

1.03 REFERENCE STANDARDSA. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-

Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2010.B. ASTM B32 - Standard Specification for Solder Metal; 2008.C. ASTM B749 - Standard Specification for Lead and Lead Alloy Strip, Sheet, and Plate Products;

2003 (Reapproved 2009).D. ASTM D4586 - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 2007.E. SMACNA (ASMM) - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning

Contractors’ National Association, 7th Edition, 20121.04 ADMINISTRATIVE REQUIREMENTS

A. Pre-installation Meeting: Convene one week before starting work of this section.1.05 SUBMITTALS1.06 QUALITY ASSURANCE

A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements andstandard details, also in accordance with the "Concrete and Clay Roof Tile Installation Manualfor Moderate Climate Regions", Tile Roofing Institutes, except as otherwise indicated.

1.07 DELIVERY, STORAGE, AND HANDLINGA. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope

metal sheets to ensure drainage.B. Prevent contact with materials that could cause discoloration or staining.

PART 2 PRODUCTS2.01 SHEET MATERIALS

A. Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 0.02 inch (0.6mm) thick base metal.

B. Pre-Finished Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum0.02 inch (0.6 mm) thick base metal, shop pre-coated with PVDF coating.1. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Organic Finish, AAMA

2605; multiple coat, thermally cured fluoropolymer finish system.C. Lead: ASTM B749, 2.5 lb/sq ft (0.99 mm) thick.

2.02 ACCESSORIESA. Fasteners: Galvanized steel, with soft neoprene washers.B. Primer: Zinc chromate type.C. Protective Backing Paint: Zinc molybdate alkyd.

06-11-13 City Council Meeting 04B - 27

Davis City Hall Roof RepairProject No. 87011 07 6200 - 2 SHEET METAL FLASHING AND TRIM

D. Plastic Cement: ASTM D4586, Type I.E. Reglets: Recessed type, galvanized steel; face and ends covered with plastic tape.F. Solder: ASTM B32; Sn50 (50/50) type.

2.03 FABRICATIONA. Form sections true to shape, accurate in size, square, and free from distortion or defects.B. Form pieces in longest possible lengths.C. Hem exposed edges on underside 1/2 inch (13 mm); miter and seam corners.D. Form material with flat lock seams, except where otherwise indicated. At moving joints, use

sealed lapped, bayonet-type or interlocking hooked seams.E. Fabricate corners from one piece with minimum 18 inch (450 mm) long legs; seam for rigidity,

seal with sealant.F. Fabricate flashings to allow toe to extend 2 inches (50 mm) over roofing components. Return

and brake edges.2.04 GUTTER AND DOWNSPOUT FABRICATION

A. Gutters: Profile as indicated as modified and shown on detail and as per the requirements ofSMACNA Architectural Sheet Metal Manual.

B. Downspouts: Rectangular profile as modified and shown on detail.C. Gutters and Downspouts: Size and shape as indicated to match existing.D. Accessories: Profiled to suit gutters and downspouts.

1. Anchorage Devices: In accordance with SMACNA requirements.2. Gutter Supports: Brackets.3. Downspout Supports: Brackets.

E. Seal metal joints.PART 3 EXECUTION3.01 EXAMINATION

A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, regletsin place, and nailing strips located.

B. Verify roofing termination and base flashings are in place, sealed, and secure.3.02 PREPARATION

A. Install starter and edge strips, and cleats before starting installation.B. Back paint concealed metal surfaces with protective backing paint to a minimum dry film

thickness of 15 mil (0.4 mm).3.03 INSTALLATION

A. Secure flashings in place using concealed fasteners. Use exposed fasteners only wherepermitted.

B. Apply plastic cement compound between metal flashings and felt flashings.C. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines

accurate to profiles.D. Solder metal joints for full metal surface contact. After soldering, wash metal clean with

neutralizing solution and rinse with water.E. Secure gutters and downspouts in place using concealed fasteners.F. All gutters, downspouts and flashing to be painted to match existing.

3.04 FIELD QUALITY CONTROLA. Inspection will involve surveillance of work during installation to ascertain compliance with

specified requirements.

06-11-13 City Council Meeting 04B - 28

Davis City Hall Roof RepairProject No. 87011 07 6200 - 3 SHEET METAL FLASHING AND TRIM

3.05 SCHEDULEA. Gutters and Downspouts.B. Scuppers.C. Coping, Cap, Parapet, Sill and Ledge Flashings.D. Flashings Associated with clay tile roofing, including Valley, Hip, Ridge, Eave, Gutter Edge,

Gable Edge, Brick Walls.E. Sheet Metal Roof Expansion Joint Covers, and Roof-to-Wall Joint Covers.F. Counterflashings at Roofing Terminations (over roofing base flashings).G. Counterflashings at Curb-Mounted Roof Items.H. Roofing Penetration Flashings, for Pipes, Structural Steel, and Equipment Supports.

END OF SECTION

06-11-13 City Council Meeting 04B - 29

© 2013, Garland/DBS, Inc. ™ – All rights reserved3800 East 91st StreetCleveland, Ohio 44105

Proposal To:

City of Davis

06-11-13 City Council Meeting 04B - 30

May 13, 2013

City of DavisAttn: Robert A. Clarke23 Russell Boulevard, Suite 5Davis, California 95616

Dear Mr. Clarke:

Garland/DBS, Inc. (GDI) is pleased to present the enclosed proposal to The City of Davis.

Garland/DBS, Inc. performs the full range of architectural, design, engineering and contractingservices required to ensure the watertight performance of your project. As a Garland Industriescompany, GDI is backed by the resources of an industry leader in high-performance solutionsfor the building envelope. Garland Industries, Inc. delivers a full range of innovative materialsand services to keep government facilities, schools, healthcare institutions, universities,industrial facilities and commercial properties watertight.

GDI specializes in roof asset management services, including: inspections and surveys toanalyze the condition of existing roofs; maintenance, repair, and restoration to maintain,preserve, and recondition existing roofs; leak response program to ensure 24-hour emergencyservice; and a comprehensive roof asset management database that helps to prioritize andmanage all roof areas for clients with a large inventory of buildings.

The City of Davis can also be assured that in contracting with GDI, you are contracting with afinancially stable company that is backed by an industry leader in high performance roofingmanufacturing since 1895. We also have the insurance requirements and bonding capacitynecessary to meet all of your project needs.

If you have questions or require clarification on the information that has been provided, pleasecontact Rich Jones at or Email: [email protected].

On behalf of our team, we would like to thank you for the opportunity to serve The City of Davis.

Sincerely,

Rich JonesTerritory Manager

06-11-13 City Council Meeting 04B - 31

Proposal to

City of Davis

© 2013, Garland/DBS, Inc.All trademarks and registration marks appearing in this document are the property of

The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise.© 2013 by Garland Industries.

Table of Contents

Company Qualifications and Experience ............................................................................... 2California License.................................................................................................................... 5Roofing Plans........................................................................................................................... 6Budget ...................................................................................................................................... 7

06-11-13 City Council Meeting 04B - 32

Proposal to

City of Davis

2 © 2013, Garland/DBS, Inc.All trademarks and registration marks appearing in this document are the property of

The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise.© 2013 by Garland Industries.

Company Qualifications and ExperienceThe Garland Company, Inc.Our company began in 1895, as the Garland Refining Company. We have prevailed byremaining dedicated to our customers, continually developing innovative product and servicesolutions to meet the ever-changing needs of the market.

In 1914, we became The Garland Company, Inc. Today, Garland is a full-service manufacturerand distributor of high-performance roofing and flooring products for commercial applications,headquartered at 3800 East 91st Street in Cleveland, Ohio. As part of Garland Industries, Inc.,our metal systems are manufactured by other Garland Industries subsidiaries with operations inTucker, Georgia, and Albuquerque, New Mexico. The Garland organization has presencethroughout the United States and Canada, and in the principal cities of Europe. We manufacturemodified membranes in Germany, for European distribution, at the FAMOS Company, anotherGarland Industries organization.

In 1994, The Garland Company, Inc. became the first roofing manufacturer in the United Statesto become ISO 9000 certified. More recently, we achieved ISO 9001-2008 certification tosupport our ongoing commitment to continual quality improvement. Specifically, ISO 9001monitors Garland's ability to consistently meet pre-established standards for quality in theresearch, production, quality control, and services related to our roofing and flooring products.The end result is quality you can count on in everything that Garland provides to ensure long-term roofing and flooring performance.

At the heart of our organization is a locally based network of employee-owner representativeswho are committed to servicing our customers around the world with personal accountabilityand integrity. Our ten-step approach to total roof management sets the industry standard foroptimizing customer return on roof asset investment by ensuring the longest possible workinglife for every Garland roof. The Garland Company, Inc. is also a contributing member of manynational associations designed to help improve quality-roofing standards for all potentialcustomers throughout North America. These associations include: NRCA, AIPE, MBMA, CRRC,RCMA, ASTM, CSI, RCI, and AIA.

The Garland product line includes many environmentally responsible and VOC-compliantmaterials. We were among the first in our industry to offer products incorporating post-consumerrecycled materials. All of our major systems carry one or more critical approvals, such asFactory Mutual, Underwriters Laboratories, Miami Dade, British Board of Agrément (BBA), andWarnock HerseyCM approvals.

Design-Build Solutions, Inc.Design-Build Solutions, Inc. (DBS) was founded in 2001 and operates providing our projectmanagement team with extensive experience in managing every aspect of a constructionproject from conception to completion. DBS, as a division of Garland Industries, has a corecompetency of delivering a full range of services for complex roofing construction, retrofit,and renovation projects, we have become

06-11-13 City Council Meeting 04B - 33

Proposal to

City of Davis

3 © 2013, Garland/DBS, Inc.All trademarks and registration marks appearing in this document are the property of

The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise.© 2013 by Garland Industries.

increasingly more involved with all projects associated with complete building envelopemaintenance.

Garland created Design-Build Solutions, Inc. (DBS) out of the requests from our customers toprovide single-source accountability for the most complex installed roofing projects from a stableand responsive full-service organization. We have put customer needs first for over 116 years.

Our total solution capabilities have been developed specifically for customers with:

High aversion to liability exposureComplex roofing challengesDemanding performance requirementsThe need for guaranteed pricingInflexible scheduling demandsZero tolerance for material or labor-related deficienciesA long-term perspective on lowering life-cycle costs

As Garland’s contracting partner, DBS offers ur turnkey process was devisedspecifically to eliminate liability concerns and the frustrations associated with costoverruns, scheduling delays, the substitutions of inferior materials, and the restrictivelimitations of low-bid purchasing.

By applying that process to complex roofing and building envelope projects, Garland accepts100% accountability for all outcomes including:

MaterialsSub-Contractor SelectionSpecified Project PerformanceGuaranteed PricingOn-Time Delivery

What differentiates our DBS subsidiary from alternative approaches to contracting is ourconsiderable experience and proficiency in resolving complex challenges for on-time, in-budgetdelivery of watertight performance, with capabilities that encompass new construction, retrofit,and renovation projects.

With Garland as your partner, you can be assured that the work of multiple roof-relatedtrades, including roofing, HVAC, plumbing, electrical, and lightning-protection contractors,is administered through a single, accountable source. By working directly with buildingowners to develop material specifications that meet explicit performance, pricing, andscheduling objectives, our turnkey process reduces designer/contractor conflicts andassociated change orders that can delay projects and create cost overruns.

06-11-13 City Council Meeting 04B - 34

Proposal to

City of Davis

4 © 2013, Garland/DBS, Inc.All trademarks and registration marks appearing in this document are the property of

The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise.© 2013 by Garland Industries.

As with Garland, our DBS subsidiary uses locally based contractors who have documentedexperience with our systems and are able to provide the support services needed duringinstallation, and afterwards. So wherever your projects may be, DBS acts as your own, locallyaccessible design-build firm.

Garland/DBS, Inc.In November of 2009, Garland/DBS, Inc., a corporate entity jointly owned by Design-BuildSolutions, Inc. (DBS) and The Garland Company, Inc. (Garland), was awarded a MasterIntergovernmental Cooperative Purchasing Agreement for Roofing Supplies and RelatedServices for the U.S. Communities Purchasing Alliance. U.S. Communities is a leading nationalgovernment purchasing cooperative that serves over 42,000 agencies across the UnitedStates.

U.S. Communtities provides world-class government procurement resources and solution tolocal, state, and provincial government agencies, K-12 schools, higher education institutes, andnon-profit organizations. U.S. Communities is the only government cooperative purchasingorganization to be co-founded and sponsored by the National Association of Counties (NACo),The National League of Cities (NLC), The Association of School Business Officials, International(ASBO), The National Institue of Governmental Purchasing (NIGP) and the U.S. Conference ofMayors (USCM). Additionally, U.S. Communities is overseen by an Advisory Board of keypublic procurement professionals.

Garland/DBS, Inc. was the sole contract awardee of a competitively solicited bid of six roofingsuppliers with national distribution capabilities. Garland/DBS, Inc. was deemed the lowestresponsive and responsible bidder based on overall capabilities and lowest price offeringavailable.

06-11-13 City Council Meeting 04B - 35

Proposal to

City of Davis

5 © 2013, Garland/DBS, Inc.All trademarks and registration marks appearing in this document are the property of

The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise.© 2013 by Garland Industries.

California License

06-11-13 City Council Meeting 04B - 36

06-11-13 City Council Meeting 04B - 37

06-11-13 City Council Meeting 04B - 38

06-11-13 City Council Meeting 04B - 39

06-11-13 City Council Meeting 04B - 40

Garland/DBS, Inc.3800 East 91st StreetCleveland, OH 44105Phone: (800) 762-8225Fax: (216) 883-2055

1

2

3

4

Scope of Work: City Hall - Clay Tile & Flat Roof SectionsClay Roof Tiles: This item shall consist of temporary removal of all main building rooftiles, storing the tiles in a protected, secure area, cleaning and reinstalling them includingall new fastening hardware, wood nailers, ridge boards, blocking, and replacing anybroken/damaged existing clay tiles with new clay tiles of same style and color (2 piececlay tile). All work shall be installed in accordance with the plan details and specifications.Contractor to provide a quantity of new tiles equal to 20% of the total roof area asfollows: 5% spare tiles to owner, and 15% for breakage. Total roof area approximately14,200 square feet at 6/12 slope and 2,500 square feet at12/12 for a complete project at16,700 square feet. Additional tile needed 20% of 16,700 sf 3,300 square feet.

Underlayment: This item shall consist of removal and disposal of all existing mainbuilding underlayment and the installation of new HPR Aqua Shield underlaymentwaterproof membrane in accordance with plans, details and specifications. 16,700square feet.Flat Roof Areas: This item shall consist of removal and disposal of all main building built-up roof flat areas and installing new SBS roofing system over the entire flat roof areas inaccordance with plans, details and specifications. Approximately 500 square feet. 150lineal feet cut stucco, install counter flashing, patch stucco. Remove and dispose of roof,

one layer HPR SA Cap, install Pyramic base coat at 1.5 gal per sq, install Pyramic Topcoat at 1.5 gal per sq.Roof Deck Dry-Rot: This item shall consist of removal and disposal of those areas of themain building plywood roof deck sheathing that contain dry-rot. The estimated quantityfor this bid item is 5% of the total roof area. Measurement shall be per square foot.

City HallDate Submitted: 06/03/2013Proposal #: 25-CA-130231

ROOFING MATERIAL AND SERVICES BUDGET

Please Note: The following budget is being provided according to the pricing established underthe Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Cobb County, GAand U.S. Communities. This budget should be viewed as the maximum price an agency will becharged under the agreement. Garland/DBS, Inc. will administer a competitive bid process for theproject with the hopes of providing a lower market adjusted price if this project is approved to moveforward.

City of Davis

06-11-13 City Council Meeting 04B - 41

5

6

7

8

9

10

11

1

Item # Unit Price Quantity Unit Extended Price

18.14

16.39$ 16700 SF 273,713$

10.98$ 100 LF 1,098$

Miscellaneous Wood Dry-Rot: This item shall consist of removal and disposal of areasof the main building that contain wood dry-rot, including but not limited to roof deck,fascia boards and any structural framing encountered during the scope of this work. Theestimated quantity for this bid item is 20% of the perimeter redwood eave fascia.Measurement shall be industry standard board foot.Metal Flashings and Gutters: This item shall consist of removal and replacement of themain building metal flashing and all eave gutters including rainwater leaders with new.All exposed flashing including metal gutters shall be primed and painted with matching

Wood Fascia Boards: This item shall consist of scraping, priming and painting withmatching color all fascia boards. Any wood with dry rot damage requiring replacementwill be addressed under Bid Item 5. Approximately 500 lineal feet.Skylights: This item shall consist of removing and cleaning all main building sky lights,removing existing metal flashing, installing new flashing, installing new waterproofmembrane, cleaning the exterior of the skylight panels, and re-installing skylights inaccordance with plans, details and specifications. Any wood framing with dry rot damagerequiring replacement will be addressed under Bid Item 5. four skylights, see plansheets.Attic Insulation: This item shall consist of clearing the attic ventilation vents by pullingback the existing insulation and installing a continuous metal dam, in accordance withplans, details and specifications. Per detail # 5-4 approx. 400 lineal feet.

Line Item Pricing (Base Bid & Alternate US Communities Pricing)

Item Description

Metal Flashing - 24 Ga Galv. w/ (2) Bends, 16" MetalStretch Out

Metal Flashings, Gutters & Downspouts

Manufacturers 10 year watertight warranty on the steep slope tile roof sections and amanufacturers 30 year watertight warranty on the low slope membrane roofing.

Tile Roof SectionsREPLACEMENT OF SHAKE, TILE, OR SHINGLEROOF SYSTEMS - REPLACING BARRELCLAY/CEMENT TILE ROOF SYSTEM -New BarrelClay/Cement Tile Roof System with Base Sheet as anUnderlayment; Install Self-Adhering Underlayment onAll Eaves, Peaks & Valleys

Scope of Work: City Hall Alternate Repoint Brick Veneer West WallThis item shall consist of the repointing of west wall brick veneer mortar at all visibleloose, cracked or disintegrated mortar joints. Repoint bricks with new mortar matching incolor. Measurement shall be per linear foot of mortar placed. West end see plans,approx 1,200 sq ft of brick wall joints.

Project progress inspections by the manufacturers inspection department two days perweek though the entire course of construction.

06-11-13 City Council Meeting 04B - 42

17.69$ 410 LF 7,253$

14.99$ 75 LF 1,124$

2.21.49$ 500 SF 745$

4.2

1.50$ 500 SF 750$

15.11

7.02$ 500 SF 3,510$

5.11

1.85$ 500 SF 925$

12.97$ 1200 SF 15,564$304,682$

23.2

15% % 45,702.32$350,384$

350,384$

Potential issues that could arise during the construction phase of the project will be addressed viaunit pricing for additional work beyond the scope of the specifications. This could range anywherefrom wet insulation, to the replacement of deteriorated wood nailers.

If you have any questions regarding this budget, please do not hesitate to call me at my number

Flat Roof Sections

Total:

Insulation Recovery Board & Insulations Options:RECOVERY BOARD TYPE1/2" Treated Gypsum Insulation Board with Glass-Mat(e.g. DensDeck / Securock / Equal) Installed Over anExisting Roof Mechanically Fastened to Roof Deck -Wood / Tectum Deck

SELF-ADHERING ROOF SYSTEM WITH MODIFIEDMINERAL SELF-ADHERING CAP SHEET - ROOFCONFIGURATION1 Ply of Self-Adhering Base, Mineral Self-AdheringCap Sheet, Self-Adhering System ROOFCONFIGURATION OPTION: ASTM D 6161(Polyester) OR 6162 (Fiberglass/Polyester) OR 6163(Fiberglass) Self-Adhering Reinforced ModifiedBituminous Sheet Material Type III - 130 lbf/in tensile -Installed Over an SBS Polyester ORFiberglass/Polyester OR Fiberglass Reinforced Self-Adhering Base Sheet - 50 lbf/in tensile

Coat New Roofing With Elastomeric Coating: ROOFSYSTEM TYPEApply an Acrylic Coating per Specifications (1 gallonper square per Coat - 2 Coats required) - Smooth orMineral Surfaced Modified

Total Maximum Price of Line Items under the MICPA:

Metal Gutters - 24 Ga Galv. w/ (5) Bends, 24" MetalStretch Out

Repoint Brick Veneer Mortar Joints - Furnish and

Metal Downspouts - 24 Ga Galv. w/ (4) Bends, 18"Metal Stretch Out

Tear-off & Dispose of Debris: SYSTEM TYPESingle-Ply W/ Insulation - Wood / Tectum Deck

JOB SITE SPECIFIC MULTIPLIERS APPLIED TOEACH LINE ITEM ON ASSOCIATE JOB -MULTIPLIER - ROOF SIZE IS GREATER THAN 10KSF LESS THAN 20K SFMultiplier Applied when Roof Size is Less than 20,000SF, but Greater than 10,000 SF Fixed Costs:Equipment, Mobilization, Demobilization, Disposal, &Set-Up Labor are Not Completely Absorbed AcrossRoof Area

Sub Total Prior to Multipliers:

06-11-13 City Council Meeting 04B - 43

Respectfully Submitted,

Benjamin RunyanGarland/DBS, Inc.(216) 430-3613

listed below.

Benjamin Runyan

06-11-13 City Council Meeting 04B - 44

www.garlandco.com www.dbsgarland.com

06-11-13 City Council Meeting 04B - 45