53
REEVES COUNTY Purchasing Department 100 E. Fourth, Suite 104B Pecos, TX 79772 NOTICE TO INTERESTED PARTIES The Purchasing Department is receiving sealed bids at 1714 Schmidt Drive, Pecos, Texas 79772 any time before 2 P.M (CST) Thursday, June 24, 2021 to be opened at Reeves County Annex 2 Building, Conference Room 212 at 2 PM (CST) on the same day. Mark Sealed Envelope: “Bid NO. 21-011 Roof Repairs & Coatings on County Buildings” Proposals should be typed or printed in ink. Proposals shall be placed in a sealed envelope, with the cover page manually signed by a person having the authority to bind the firm in a contract and marked clearly on the outside as shown above. Facsimile transmittals and email submitted bids will not be accepted. Loss runs and history for insurance proposals are provided where available. Do not contact the requesting department. Any questions or additional information required by interested vendors must be emailed to [email protected] by Monday, June 14, 2021. Bid number and title must be on the “Subject Line” of the email. Attempts to circumvent this requirement may result in rejection of the bid as non-compliant. Any changes in the specifications will be posted on the County website as an addendum. It shall be the bidder’s responsibility to check the website prior to the opening date to verify whether any addendums have been posted. Website: reevescounty.org. Reeves County appreciates your time and effort in preparing a bid. Purchasing Department must receive all proposals any time before opening date and time. Bids received after the deadline will not be considered for the contract, and shall be considered void and unacceptable. Award of the proposals is tentatively scheduled for 10:00 a.m. (CST), in Commissioners’ Court, Monday, July 12, 2021, Third Floor Courtroom of the Reeves County Courthouse. You are invited to attend. In order to remain active in the Reeves County Vendor list, each vendor receiving this bid must respond in some form. Vendors submitting a bid must meet or exceed all specification herein. Vendors submitting a no bid must submit their reason in writing to the Reeves County Purchasing Department. Lucero Sandoval Purchasing Agent

NOTICE TO INTERESTED PARTIES

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NOTICE TO INTERESTED PARTIES

REEVES COUNTY Purchasing Department

100 E. Fourth, Suite 104B Pecos, TX 79772

NOTICE TO INTERESTED PARTIES The Purchasing Department is receiving sealed bids at 1714 Schmidt Drive, Pecos, Texas 79772 any time before 2 P.M (CST) Thursday, June 24, 2021 to be opened at Reeves County Annex 2 Building, Conference Room 212 at 2 PM (CST) on the same day.

Mark Sealed Envelope:

“Bid NO. 21-011 Roof Repairs & Coatings on County Buildings”

Proposals should be typed or printed in ink. Proposals shall be placed in a sealed envelope, with the cover page manually signed by a person having the authority to bind the firm in a contract and marked clearly on the outside as shown above. Facsimile transmittals and email submitted bids will not be accepted. Loss runs and history for insurance proposals are provided where available. Do not contact the requesting department. Any questions or additional information required by interested vendors must be emailed to [email protected] by Monday, June 14, 2021. Bid number and title must be on the “Subject Line” of the email. Attempts to circumvent this requirement may result in rejection of the bid as non-compliant. Any changes in the specifications will be posted on the County website as an addendum. It shall be the bidder’s responsibility to check the website prior to the opening date to verify whether any addendums have been posted. Website: reevescounty.org. Reeves County appreciates your time and effort in preparing a bid. Purchasing Department must receive all proposals any time before opening date and time. Bids received after the deadline will not be considered for the contract, and shall be considered void and unacceptable. Award of the proposals is tentatively scheduled for 10:00 a.m. (CST), in Commissioners’ Court, Monday, July 12, 2021, Third Floor Courtroom of the Reeves County Courthouse. You are invited to attend. In order to remain active in the Reeves County Vendor list, each vendor receiving this bid must respond in some form. Vendors submitting a bid must meet or exceed all specification herein. Vendors submitting a no bid must submit their reason in writing to the Reeves County Purchasing Department.

Lucero Sandoval Purchasing Agent

Page 2: NOTICE TO INTERESTED PARTIES

Reeves County INVITATION FOR BID

No. 21-011 Roof Repairs & Coatings on County

Buildings

Due: June 24, 2021 before 2 PM (CST)

Issued by: Lucero Sandoval, Purchasing Agent Reeves County

1714 Schmidt Drive

Pecos, TX 79772

Page 3: NOTICE TO INTERESTED PARTIES

The County of Reeves does not discriminate on the basis of race, color national origin, sex, religion, age and disability in employment or the provision of services. The County reserves the right to terminate this process at any time and no guarantee is expressed or implied that obligates the County to contract for the proposed project.

OFFERORS NOTE 1. Carefully read all instructions, requirements and specifications. 2. Fill out all forms properly and completely. 3. Submit bids/proposals with all appropriate required documents.

Page 4: NOTICE TO INTERESTED PARTIES

REEVES COUNTY SIGNATURE PAGE

BID 21-011 Roof Repairs & Coatings on County Buildings

Vendor must meet or exceed specifications Please do not include tax, as the County is tax-exempt. We will sign tax exemption certificates covering

these items. Please submit one (1) original copy and two (2) additional copies of the bid response, copies must reflect the original hard copy.

I or we agree to furnish the following described equipment, supplies, or services for the prices shown in accordance with specifications listed below or attached. By execution of this bid, I hereby represent and warrant to Reeves County that I have read and understood the Bid Documents and the Contract Documents and this bid is made in accordance with the Bid Documents. Please quote prices and discounts on the following items: F.O.B. REEVES COUNTY ________________________________ _________________________ Company Mailing Address ________________________________________ ________________________________ Federal Tax Identification No. City, State, Zip Code _________________________________________ ________________________________ DUNS Number (Applicable to Grant Funded Project) __________________________________________ ________________________________ Representative Name & Title Telephone Number include area code __________________________________________ ________________________________ Signature Fax Number include area code __________________________________________ ________________________________ Date Email Address

***THIS MUST BE THE FIRST PAGE ON ALL BIDS***

Page 5: NOTICE TO INTERESTED PARTIES

SCHEDULE AND CONTACTS

Contacts:

Roof Consultant: Ryan Schlei, RRO Preferred Roofing Solutions Phone: 414.630.3630 Email: [email protected]

Owner’s Rep: Andy Calobreves, Facilities Director Phone: 432.755.4005 Email: [email protected]

Pre‐Bid Meeting/Site Inspection: June 3, 2021 at 9:00 am CDT located at Reeves County Library, 315 S. Oak St., Pecos, TX 79772.

Clarifications/Questions Due: June 14, 2021 by 5:00 pm CDT via email to [email protected]

Addendum Issued: June 17, 2021 by 2:00 pm CDT.

Bids Due: June 24, 2021 by 2:00 pm CDT via hand-delivery or mail to address: 1714 Schmidt Drive, Pecos, TX 79772.

Notes:

1. Incomplete Bid Forms will not be considered.

2. Required Forms: See Attachment

3. By submitting a Bid Form, the Bidder/Contractor agrees that they have reviewed and understand all components of the Specification & Bid Documents and any issued Addendum. This includes, but is not limited to, all product requirements, installation requirements, safety protocol, etc.

Page 6: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

SECTION 1 – GENERAL INFORMATION

1.1 INSURANCE

a. Each bidder must submit current Certificate of Insurance with their bid.

1.2 SUBMITTALS

a. Product Data: Provide product data sheets for each type of product indicated in this section.

b. Colors: Provide representative color charts of manufacturer’s full range of colors for all visible products including caulking, metal panels, counterflashing, etc.

c. Certificates: Installer shall provide written documentation from the manufacturer of their authorization to install the roof system, and eligibility to obtain the warranty specified in this section.

d. Warranties: Provide sample warranties

1.3 QUALITY ASSURANCE

a. Installer’s Qualifications: Must be approved to install the specified system with one of the approved manufacturers. A letter verifying certification must be submitted with Bid.

b. Source Limitations: All components listed in this section shall be provided by a single manufacturer or approved by the primary roofing manufacturer.

c. Final Inspection: Manufacturer’s representative shall provide a comprehensive final inspection after completion of the coating roof systems. All application errors must be addressed, and final punch list completed.

i. A final inspection of the repairs and coatings will be conducted by the Consultant. Any punch list items noted by the Consultant must be complete prior to final payment.

1.4 PRE-BID MEETING/SITE VISITS

a. All invited contractors are required to attend the mandatory pre-bid meeting scheduled on June 3, 2021 at 9 am CST located at Reeves County Library, 315 S. Oak St., Pecos, TX 79772.

b. Email Consultant any clarifications or verifications.

c. Any needed Addendum will be issued as defined above.

1.5 PRE-INSTALLATION CONFERENCE

a. The winning contractor will be required to attend an onsite pre-construction meeting with the Consultant. The project manager and foreman are required to attend.

b. The consultant will document meeting minutes to document all agreements (disagreements) and resolutions.

c. Minutes will be distributed to all parties.

1.6 WORKING DAYS & PROJECT CONDITIONS

a. Weather

Page 7: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

i. Proceed with roofing only when existing and forecasted weather conditions permit. ii. Ambient temperatures must be above 50°F (10°C) when applying hot

asphalt, water-based adhesives, or coatings. iii. Do not begin work if precipitation is expected within twenty-four hours of

application, or if temperatures are expected to fall below 50°F (10°C) during the duration of the job.

iv. Upper temperature restriction (both air and substrate) for application of HydroStop® PremiumCoat® products is 110°F (43°C). If substrate temperatures exceed 110°F (43°C), HydroStop® PremiumCoat® products shall be applied during cooler periods of the day. If this is not practical, the substrate shall be cooled with water, and then HydroStop® PremiumCoat® products applied just after the water has flashed-off.

v. No moisture may be present when applying HydroStop® PremiumCoat® products. Taking into consideration the UV curing properties of HydroStop® PremiumCoat®, allow for sufficient daylight hours necessary for curing of materials.

b. Work Hours i. Work hours are Monday through Saturday from 7am to 6pm. Work hours may

be extended if needed (by request). ii. A total number of working days should be listed on the Bid Form.

1.7 REGULATORY REQUIREMENTS

a. All work shall be performed in a safe, professional manner, conforming to all federal, state and local codes.

b. All safety procedures should meet or exceed OSHA requirements for fall safety.

c. Roofing system must meet the FM requirements wind uplift.

1.8 DELIVERY, STORAGE AND HANDLING

a. Deliver all roofing materials to the site in original containers, with factory seals intact.

b. Store all pail goods in their original undamaged containers in a clean, dry location within their specified temperature range. Reference data sheets for product storage requirements.

c. Do not expose materials to moisture in any form before, during or after delivery to the site. Reject delivery of materials that show evidence of contact with moisture.

d. Use “breathable” type covers such as canvas tarpaulins to allow venting and protection from weather and moisture. Cover and protect materials at the end of each work day.

1.9 DAILY RESPONSIBILITIES

a. The roofing contractor will be responsible for daily dry in. This condition should be watertight and remain free from leaks for the project duration. i. Any damages to the building or its interior due to negligence are the roofer’s

responsibility.

b. The roofing contractor will be responsible for any debris that is generated due to the roofing process. This debris will be removed from the project and disposed of properly.

1.10 WARRANTY

Page 8: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

a. The winning contractor will be required to purchase the warranty specified in the base bid and have it issued to the owner.

b. The warranty requirement for the low slope area of this project is a manufacturer issued 20-year “NDL” total system warranty.

c. The contractor shall be responsible for the first two years of the warranty and a separate, written warranty from the contractor is required.

1.11 SAFETY REQUIREMENTS

a. Current OSHA guidelines should be followed on the ground and on the roof. This includes all fall safety regulations.

b. Contractor must adhere to the site-specific safety plan created by the consultant. c. The contractor is solely responsible for keeping the public away from the construction site.

d. All costs associated with safety including but not limited to barricades, safety rails, safety harnesses, etc. should be included in the base bid.

1.12 SUBCONTRACTORS

a. Any subcontractors needed to complete electrical, mechanical, plumbing and lightening protection work must be approved by owner and/or consultant.

b. All subcontractor costs should be included in base bid.

1.13 BIDS

a. The Bid Form provided in the Bid Documents must be completely filled out to be considered.

b. All costs should be included in bid with the exception of the unit price items found in the bid docs. This includes but is not limited to taxes, permits, waste disposal, port a john, etc.

1.14 COUNTY RESERVES THE RIGHT TO

a. Terminate the submittal process at any time.

b. Reject any or all submittals

c. Change the schedule and sate for responses, interview, and other dates

d. Waive formalities and minor irregularities in the submittals received.

e. The County further reserves the right to cancel or amend this request for proposal at

any time and will attempt to notify recipients accordingly.

1.15 DISQUALIFICATION OF BIDDERS

a. Vendors may be disqualified, and their submittals disregarded for reasons which

include but are not limited to the following:

i. County has reason to believe the Vendor has engaged in collusion.

ii. The Vendor being interested in any litigation against any party to the submittal.

iii. Other appropriate reason as determined by County.

1.16 SELECTION PROCESS

a. Lowest and best bid will be presented to the Reeves County Commissioners Court for

Page 9: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

approval in determining a responsive and responsible vendor, in addition to price, the

Purchasing Agent, Department Head, and/or County Administrator or designee shall

consider:

i. Weather the vendor can provide the material promptly, or within the time specified,

without delay or interference.

ii. The character, integrity, reputation, judgment, experience, and efficiency of the vendor.

iii. The quality of performance of previous contracts or materials provided by the vendor.

iv. The previous and existing compliance by the vendor with laws and

ordinances relating to the contract.

v. The sufficiency of the financial resources and ability of the vendor to provide

the materials specified.

vi. Weather the vendor has met the criteria of the RFP requirements, terms, and conditions.

vii. After Court Approval, the Reeves County Purchasing Agent will issue Notice of Award.

1.17 CONTRACTOR RESPONSIBILITIES

a. Contractor is responsible for verifying deck type. b. Obtaining all required permits, approvals, etc.

1.18 KEY ITEMS

a. Coating roof system required to meet FM 1-90 wind uplift.

b. See Attachment 1 for roof specific requirements (coating or repair).

END OF SECTION

Page 10: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

SECTION 2 – PRODUCTS (COATING)

2.1 MANUFACTURER A. Acceptable Manufacturer: GAF, Commercial Roofing Products Division, which is located

at: 1 Campus Drive; Parsippany, NJ 07054; Toll Free Tel: 800-ROOF-411; Tel: 973-628-3000; Fax: 973-628-3451; Email: [email protected]; Web: www.gaf.com

B. Substitutions: Not permitted. C. Requests for substitutions will be considered in accordance with provisions of Section 01600.

2.2 COATINGS

A. HydroStop® PremiumCoat® Finish Coat: An acrylic, permanently flexible, highly UV-resistant, chemical-resistant elastomeric compound fully reinforced with a tough stitch-bonded polyester fabric designed for roofing and flashing applications of all types. 1. Application Rate: 0.75-1.00 gal per 100 ft2 (3.05 – 4.07 L/10 m2) per coat. 2. Application Method: Roof brush or 1” (25.4 mm) nap roller. 3. Application Temperature (air, surface): 50°F (10°C) - 110°F (43°C). 4. Dry time: (touch dry) 1- 4 hours at 77°F (25°C), 40% R.H. (full cure): 7 days.

B. HydroStop® PremiumCoat® Foundation Coat: An acrylic, permanently flexible, highly UV-

resistant, chemical- resistant elastomeric compound fully reinforced with a tough stitch-bonded

polyester fabric designed for roofing and flashing applications of all types.

1. Application Rate: 1.00-1.50 gal per 100 ft2 (4.07 - 6.11 L/10 m2) per coat. 2. Application Method: Roof brush. 3. Application Temperature (air, surface): 50°F (10°C) - 110°F (43°C). 4. Dry time: (touch dry) 1- 4 hours at 77°F (25°C), 40% relative humidity (full cure): 7 days.

2.3 FLASHINGS, FABRIC, AND BULKING AGENTS

A. HydroStop® PremiumCoat® Butter Grade Flashing: A high volume solids for low shrinkage

providing increased tensile strength and elongation on problem roof areas. It is ideally suited

for sealing mechanical fasteners and horizontal seams on metal roofs, as well as around

flashings, drains and protrusions.

1. Application Rate: 2.0 gal per 200 linear feet with a 6 inch width (7.6 L per 61 linear meters with a 152 mm width); 2 coats typically required.

2. Application Method: Putty knife, spatula and stiff bristle brush. 3. Application Temperature (ambient): minimum 50 °F (10 °C). 4. Dry Time: 1-4 hours depending on application thickness 5. Clean-up: Water before curing.

B. HydroStop® Hydrofiber Bulking Agent: This product is comprised of glass fibers that, when

mixed with one of the above listed products, will create a thick, workable compound used to fill

voids, level surfaces, and create cants. Also used for flashing details, metal roof seams, inside

and outside flashing details, round stacks, pipe legs, pitch pockets, conduit pipes, expansion

joints, etc.

1. Application Rate: 0.50 gal per 100 ft2 (2.03 L/10m2) per 1 gal of HydroStop® PremiumCoat® Foundation or Finish Coat.

2. Application Method: Brush. 3. Application Temperature (air, surface): 50°F (10°C) - 110°F (43°C). 4. Dry Time: Minimum 24 hours. 5. Clean up: Water.

C. HydroStop® PremiumCoat® Fabric: tough, non-woven, stitch-bonded, heat-set polyester

designed for roofing and flashing applications of all types. Available in 300ft rolls and varying

Page 11: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

widths.

1. Length: 300ft (91.5 m); Width: 4” (102 mm), 6” (152 mm), 8” (203 mm), 12” (305 mm), 16” (406 mm), 20”

(508 mm), 24” (610 mm) 2. Length: 336ft (102 m), Width: 40” (1016 mm)

D. United Coatings™ UniTape Seam Tape: A polymer-backed woven polyester reinforcing

fabric designed for application to a wide range of substrates where additional strength is

required over seams, splits, transitions, protrusions, etc.

1. Temperature Limits for Service -30°F to 180°F (-35°C to 82°C) 2. Bond Time: Initial bond is immediate; full bond requires approximately 24 hours.

2.4 PRIMERS AND SEALANTS

A. XR-2000 Primer: White, water-based adhesion promoting primer designed to enhance the

adhesion of the HydroStop® PremiumCoat® roofing system to pre-finished metal roofing,

including those containing fluoropolymers such as KYNAR® or siliconized polyesters. Due

to the wide variety of pre-applied finishes, suitability of XR-2000 Primer shall be tested on

an individual basis. Do not apply in temperatures under 50°F (10°C).

1. Application Rate: 0.75 gallon per 100 ft2 (3.05 L/10 m2). 2. Application Method: Roller or airless sprayer. 3. Application Temperature (air, surface): 50°F (10°C) – 110 °F (43°C). 4. Dry Time: 75°F (24°C), 50% relative humidity: Approximately 6 hours.

B. Acrylex 400 Primer: A water-based, medium viscosity material, providing corrosion

protection, flash rust resistance and enhanced adhesion over steel, aluminum and

galvanized metal surfaces. Single component, premium quality exterior acrylic latex primer

that is blister and stain resistant, permanently flexible and highly durable. It exhibits excellent

corrosion resistance over metal substrates and alkali resistance over concrete and masonry.

1. Application Rate: 0.33 – 0.67 gal per 100 ft2 (1.34 – 2.73 L/10 m2) depending on substrate, surface and porosity.

2. Application Method: Brush, roller or conventional or airless sprayer. 3. Application Temperature (air, surface): 50°F (10°C) – 110°F (43°C). 4. Dry Time: 75°F (24°C), 50% relative humidity, 20-30 minutes

C. StableRust Primer: a water-based acrylic primer for metal to stabilize and protect

metal surfaces. 1. Application Rate: 0.33 – 0.50 gal per 100 ft2 (1.34 – 2.04 L/10

m2). 2. Application Method: Brush, roller or sprayer. 3. Application Temperature (air, surface): 50°F (10°C) – 110°F (43°C). 4. Dry Time: (to touch) 20-30 minutes at 75°F (24° C), 50% relative humidity; to coat: 1 hour at

75°F (24°C), 50% relative humidity. D. Lock-Down Primer: Single component, moisture cured, low viscosity, aluminized

polyurethane primer designed to enhance adhesion of coatings to sound, stable, moderately

corroded metal, or to provide a thin protective finish where desired.

1. Application Rate: 0.25 gal per 100 ft2 (1.02 L/10 m2). 2. Application Method: Roller or airless sprayer. 3. Application Temperature (air, surface): 50°F (10°C) – 110°F (43°C). 4. Dry Time: (to touch) 75°F (24°C), 50% relative humidity: Approximately 1 hour. (To cure)

75°F (24°C), 50% relative humidity: Approximately 12 hours. E. UniBase Primer: A low viscosity, highly penetrating, advanced acrylic polymer adhesive and

primer designed to act as a bonding primer to enhance the adhesion over built-up, granulated

cap sheets, modified bitumen roofing, concrete or previously coated surfaces, also acting as

Page 12: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

an excellent asphalt bleed blocker.

1. Application Rate: 0.50 - 1.0 gal per 100 ft2 (2.03 - 4.08 L/10 m2) per gallon on properly prepared surfaces.

2. Application Method: Brush, roller or sprayer. 3. Application Temperature (air, surface): 50°F (10°C) - 110°F (43°C) 4. Dry Time: 1-2 hours at 70°F (21°C), 50% relative humidity.

F. FlexSeal™ Sealant: White, solvent-based synthetic elastomeric compound designed to

line and waterproof interior and exterior gutters typically found in metal buildings.

FlexSeal™ Sealant is capable of withstanding ponding water. This product is easiest to

apply at temperatures over 42°F.

1. Application Rate: 2.0 gal per 200 linear feet with a 6 inch width (7.6 L per 61 linear meters with a 152 mm width); 2 coats typically required.

2. Application Method: Roller or airless sprayer. 3. Application Temperature (air, surface): 20°F (-6.6°C) - 120°F (49°C). 4. Dry Time: 75°F (24°C), 50% relative humidity: Approximately 24 hours.

2.5 EQUIPMENT

A. Airless Sprayer and Accessories: As recommended by GAF’s Technical Services.

END OF SECTION

Page 13: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

SECTION 3 – EXECUTION

3.1 SUBSTRATE CONDITIONS A. Installer shall verify adhesion. Questionable substrates shall be directed to GAF’s Field

Services Department for resolution.

B. Follow GAF’s Substrate Preparation Guidelines at gaf.com.

3.2 SYSTEM APPLICATION A. Refer to individual addenda at the end of this guide specification for preparation and

application requirements for specific substrates.

1. Addendum 1 – Resurfacing Metal Substrate. 2. Addendum 2 – Resurfacing Metal Substrate with HydroStop® and Kymax™. 3. Addendum 3 – Resurfacing Historic Standing Seam Metal Substrate.

3.3 INSPECTION INFORMATION

A. Inspect Preliminary Work/Flashing Details for problem areas (e.g., gaps, cracks, fishmouths, air pockets, etc.) to ensure that work is complete and satisfactory.

B. Inform Project Architect and GAF’s Field Services Department when all preliminary work and flashing details will be complete and the Installer is ready to proceed with application of HydroStop® PremiumCoat® System. Allow a minimum of two (2) weeks for the interim inspection to be made by the GAF’s Field Services Department.

C. Any final roofing installation prior to this interim inspection is subject to rejection by the Project Architect and/or the GAF’s Field Services Department. Please be advised that Technical On-Site Support for instructing Certified Contractors in the proper application of the HydroStop® PremiumCoat® roofing system is available. The first day of instruction is at no-charge to the Certified Contractor. Any additional days or return trips for instruction will be at a cost of $600.00 per day, plus all incurred travel expenses. The two (2) required inspections (interim and final) for the Liquid Applied Roofing System Guarantees are free of charge. Additional inspections will be billed at a rate of $600.00 per day plus all incurred travel costs.

3.4 OTHER ITEMS

A. Installer shall take photographs of representative roof areas, including detail work, before work commences, after the surface has been properly prepared, after all flashing and detail work has been performed, and after the spray application of the HydroStop® PremiumCoat® membrane.

B. Installer shall provide the following support for on-site inspections by a representative from GAF’s Field Services Department (list is not comprehensive): 1. Representative from the installer's company who has authority to make binding decisions 2. Required means to access all areas of the treated roof. 3. Previous photographs of the roof, including test patch results, as applicable 4. HydroStop® PremiumCoat® products and application equipment required to repair roof

areas where destructive tests are to be performed by GAF’s Field Services Department.

C. Special care shall be taken to avoid shading when spraying dark HydroStop® PremiumCoat® Roofing Membrane colors. When applying HydroStop® PremiumCoat® Foundation Coat, Installer shall always spray wet material onto wet material to ensure that spray lines do not appear. HydroStop® strongly recommends the installation of any dark-colored finish coat by spraying two lighter coats (instead of one heavy coat) using a smaller tip size. Installer should also use the roof ribs or standing seams to terminate each spray pass.

Page 14: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

D. Installer shall take special care when moving spray hoses and other equipment on the roof so that flashing work and encapsulated fastener heads are not damaged. Also, all spray equipment shall remain on the ground for the duration of the job.

E. If there will be an extended period of time (6 months or greater) between application of base and finish coats, the base coat shall be thoroughly cleaned before applying the finish coat.

F. It is strongly recommended that walkways designed for metal roofing systems be installed in all high traffic areas. Contact the GAF’s Technical Services Department for recommendations.

3.5 REPAIRS A. In the event that the HydroStop® PremiumCoat® membrane is damaged or punctured,

repairs are to be performed using HydroStop® PremiumCoat® Finish Coat or HydroStop® PremiumCoat® Butter Grade and HydroStop® PremiumCoat® Fabric (where necessary) as follows: 1. Damaged areas are to be cut, cleaned and dried. 2. Apply HydroStop® PremiumCoat® Butter Grade Flashing or HydroStop®

PremiumCoat® Finish Coat with HydroStop® Hydrofiber Bulking Agent, and feather out onto the existing HydroStop® PremiumCoat® membrane.

3. If a new penetration area has been cut, embed HydroStop® PremiumCoat® Fabric into the HydroStop® PremiumCoat® Butter Grade Flashing or HydroStop® PremiumCoat® Finish Coat with HydroStop® Hydrofiber Bulking Agent according to standard HydroStop® PremiumCoat® specifications.

4. Once the HydroStop® PremiumCoat® Butter Grade Flashing has cured, HydroStop® PremiumCoat® Finish Coat may be applied for aesthetic uniformity.

END OF SECTION

Page 15: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

ADDENDUM 1 – RESURFACING METAL SUBSTRATE

3.6 PREPARATION OF SUBSTRATE A. Preparation of the Roof substrate is the responsibility of the Installer. Installer shall address

and correct all of the conditions listed in this section. Examine substrates to receive new roofing. Do not proceed with installation of the HydroStop® PremiumCoat® roofing system until unsatisfactory conditions have been corrected in a manner acceptable to the manufacturer (GAF).

B. Installation of sheet metal crickets: Sheet metal crickets shall be installed according to manufacturer's specifications [minimum 26 gauge (0.455 mm) metal - heavier gauge required for larger crickets] on the high side of all curb units. Vertical ribs shall be cut a minimum of 2 inches (51 mm) from the cricket to allow both the cricket flanges to mount flush to the metal panel and facilitate water drainage. Cut vertical ribs shall then be treated in the same fashion as a void larger than a 1/4 inch (6 mm). New crickets shall be "sealed" by placing a continuous bead of FlexSeal™ Sealant under the flanges before they are mechanically attached to the curb unit and metal roof panel. Then, the cricket flanges shall be stitch-screwed to the curb unit and metal roof panel while the FlexSeal™ Sealant is still wet using fasteners. This procedure shall apply to installation of all new crickets and curbs.

C. Treatment of Ponding Water Areas: Installer shall make every effort to mechanically eliminate all ponding water areas on the roof prior to application of HydroStop® PremiumCoat® products. Ponding water is defined as water which does not properly drain and remains on the roof surface for more than 48 hours after precipitation stops.

D. Repair of Dented / Damaged Panels: Installer shall repair dented and/or damaged metal roof panels. Dents shall be mechanically removed to the maximum extent possible. If ribs are broken, Installer shall cover the broken rib area with a sheet metal cap. Sheet metal rib caps shall be sealed to the roof by applying HydroStop® PremiumCoat® Butter Grade Flashing over the entire broken rib area to be capped prior to attaching the cap with fasteners. Then, HydroStop® PremiumCoat® Butter Grade shall be used to seal all the newly created rib cap seams and fasteners. Roof panels that are severely damaged shall be removed and replaced prior to application of HydroStop® PremiumCoat® products.

E. Re-tightening and Replacement of Fasteners: All fasteners shall be re-tightened, secured or replaced, as necessary. All stripped fasteners shall be replaced with larger diameter fasteners, and the area re-secured by adding a new fastener next to the one that was stripped. All missing fasteners shall be replaced. In evaluating a roofing substrate for the application of the HydroStop® PremiumCoat® System, it is important to note the manner in which the roof is fastened. The fastening pattern may require modification to facilitate the proper installation of the system.

F. Thorough Cleaning / Removal of Existing Paints and Coatings: Metal substrate shall be pressure-washed with water. A minimum working pressure of 3,000 psi (20 MPa) shall be used to remove all delaminating paint and coatings dirt, dust, and waste products (oil, oil-based roof cements, solvents, grease, animal fats, etc.). A Roto- spray tip is required to expedite metal panel cleaning. All existing silicone-based sealants shall be completely removed from roof substrate prior to application of HydroStop® PremiumCoat® products. In some cases, a sand injection system may be required during the pressure washing to obtain proper adhesion for HydroStop® PremiumCoat® products. When encountering roof substrates that have living organisms such as algae, mold or fungus, a bleach solution shall be used to kill and remove these organisms during the roof cleaning.

G. Treatment of Residual Asphalt: Installer shall make every effort to remove asphaltic roofing elements. Removal efforts shall include use of methods such as pressure washing, scrapers,

Page 16: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

wire brushes, electric drill wire-wheels, or other similar tools. Residual asphalt is defined as asphaltic material remaining after the exercise of all required removal efforts, and exists when there is asphaltic material greater in thickness than 3 mils (.08 mm) over an area greater than 1 ft2 (0.1 m2). Residual asphalt shall be coated with Unibase Primer.

H. Treatment of Rust Areas: Remove all loose, flaking or powdery rust by wire brushing if it has not been removed during the pressure washing. Use appropriate primer prior to coating. Roof panels which are corroded to the point where holes are present shall be replaced.

I. Priming of Pre-Finished Metal Panels: Where roof panel surfaces are known or suspected to contain Kynar-500 or other fluoropolymers, test patches shall be prepared with and without the use of XR-2000 Primer. Based on test patch adhesion results, Installer shall apply XR-2000 Primer on pre-finished metal panels per specifications. Please note that since XR-2000 Primer has rust inhibiting properties, primer is not required where XR-2000 Primer has been used.

J. Pitch Pans: For most situations, pitch pans shall be capped with sheet metal so they can be sealed with HydroStop® PremiumCoat® products. Contact GAF's Technical Services Department for more information.

K. Neoprene Pipe Boots: HydroStop® PremiumCoat® recommends the installation of neoprene boots prior to flashing work being performed for certain types of pipe penetrations. Neoprene boots shall first be sealed to the roof using a bead of FlexSeal™ Sealant prior to mechanical attachment with fasteners. Contact GAF’s Technical Services Department for more information.

L. Open Ridge Vents: Open ridge vents (as shown in detail drawings) may begin to corrode on the inside, and over time, may leak. HydroStop® PremiumCoat® highly recommends either replacement or the installation of sheet metal caps over the open ridge vents when they are rusted on the inside and/or located in a harsh environment (e.g., salt water areas). Sheet metal caps shall be installed when leaks are suspected from the vents. Installation of a cap on the ridge vent will prevent water entry while allowing air to continue to flow through the vent. Do not seal weep holes on the vents. Inadequate roof ventilation may cause blistering in the HydroStop® PremiumCoat® roofing system due to inside air "blowing-out" through roof panel seams. When this condition occurs, it may not allow for proper curing of the HydroStop® PremiumCoat® material which may cause blisters.

M. Condensate Lines: HydroStop® PremiumCoat® recommends the installation of condensate lines from HVAC units to gutters as part of the overall roofing contract. Type of piping used for condensate lines may vary depending on local building codes. Lines shall be securely fastened to panel ribs.

N. Deteriorated Seams/Cracks: All delaminated or open seams need to be 3-coursed with HydroStop® PremiumCoat® Butter Grade and HydroStop® PremiumCoat® Fabric.

3.7 FLASHING APPLICATION

A. Preliminary work consists of substrate preparation and all flashing details. After completion of substrate preparation, all flashing details, penetrations and curbs shall be 3-course flashed with either 6 inches (152 mm) or 12 inches (395 mm) HydroStop® PremiumCoat® Fabric embedded in HydroStop® PremiumCoat® Butter Grade Flashing in accordance with HydroStop® PremiumCoat® Detail Drawings. Flashing shall be feathered at the edges (see current HydroStop® PremiumCoat® Detail Drawings) to ensure that water flows over the various flashing details

B. Rakes: All fixed rake details for the roof shall be secured and sealed with a 12 inches (305 mm) minimum width of and HydroStop® PremiumCoat® Butter Grade Flashing. If fixed rake metal is fastened to the top of roof panel ribs and extends back onto the roof, trim off any excess metal and follow horizontal seam flashing procedures. All voids and open areas shall

Page 17: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

be filled with polyurethane foam prior to application of HydroStop® PremiumCoat® Butter Grade Flashing and fabric.

C. For standing seam roof panels, contact GAF’s Technical Services Department for information. D. Parapet Walls: All parapet wall details within the roof system shall be secured and sealed with

a 12 inches (305 mm) minimum width of and HydroStop® PremiumCoat® Butter Grade. If parapet wall flashing metal is fastened to the top of roof panel ribs and extends back onto the roof, trim off any excess metal and follow horizontal seam flashing procedures. All voids and open areas shall be filled with polyurethane foam prior to application of HydroStop® PremiumCoat® Butter Grade Flashing with fabric. Fabric must be cut around all fasteners so it lies flat. United Coatings™ Unicap Fastener Covers can alternatively be used.

E. Curb Flashings: All curb flashings, including cricket details, shall be flashed with at least a 12 inches (305 mm) width of HydroStop® PremiumCoat® Fabric and HydroStop® PremiumCoat® Butter Grade Flashing. Encapsulate all fasteners using HydroStop® PremiumCoat® Butter Grade Flashing. Do not bridge fasteners. HydroStop® PremiumCoat® Fabric shall be cut around all fasteners so the fabric lies flat.

F. Penetrations: HydroStop® PremiumCoat® Butter Grade Flashing shall be applied around the base of all penetrations, extending at least 6 inches (152 mm) onto the vertical and 6 inches (152 mm) onto the base. Embed a 12 inches (305 mm) width of HydroStop® PremiumCoat® Fabric using additional HydroStop® PremiumCoat® Butter Grade Flashing. Cut the HydroStop® PremiumCoat® Fabric to accommodate the shape of the penetration. Both the top and bottom of neoprene pipe boots shall be flashed using HydroStop® PremiumCoat® Butter Grade Flashing as described above.

G. Skylights: Curb skylights shall be treated in the same fashion as Curb Flashings. After flashing work has been completed and the coating has cured, treat deteriorated fiberglass skylight panels with United Coatings™ Acrysheen Sealer.

H. Gutters: Trowel or brush apply FlexSeal™ Sealant to the interior or exterior gutters incorporating 6 inches (152 mm) HydroStop® PremiumCoat® Fabric at all gutter seams. Gutter shall be completely clean and dry before applying FlexSeal™ Sealant.

I. Ponding Water Areas: The severity of the ponding water condition will determine the requirements for additional preparation. Contact the GAF’s Technical Services Department for information.

3.8 FIELD OF ROOF APPLICATION AND RATES

A. Resurfacing Metal Substrate 20 Year System:

1. Before applying the HydroStop® PremiumCoat® System, an adhesion test is required to ensure an adhesion minimum of 2.0 PLI. Test patches to be applied with the rates listed below.

2. Tighten and/or replace existing fasteners. 3. Pressure wash roof to ensure it is free of dirt, debris, oil, and other contaminants that could

negatively affect adhesion. United Cleaning Concentrate (UCC) is recommended to clean the roof. Allow the roof to completely dry.

4. Treat Seams: a. Horizontal seams: are to be 3-coursed with HydroStop® PremiumCoat® Butter

Grade at a rate of 2.0 gal per 100 ft2 (8.15 L/10 m2), embed fabric, and apply HydroStop® PremiumCoat® Butter Grade at a rate of 2.0 gal per 100 ft2 (8.15 L/10 m2).

b. Vertical seams: Overlap and trapezoidal seams requires treatment with 2.0 gal per 100 ft2 (8.15 L/10 m2) of HydroStop® PremiumCoat® Butter Grade. All other vertical seams may forgo treatment IF the seal/tape is intact on the seam or is double locked.

Page 18: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

5. Prime with appropriate primer. For rusty metal, prime using Acrylex 400 at the rate of 0.33-0.67 gal per 100 ft2 (1.34 – 2.73 L/10 m2), or Lock-Down at the rate of 0.33-0.40 gal per 100 ft2 (1.34 – 1.63 L/10 m2). For Kynar-coated metal, prime with XR-2000 Primer at the rate of 0.75 gal per 100 ft2 (3.06 L/10 m2). For residual asphalt, prime with Unibase Primer at the rate of 0.5-1.0 gal per 100 ft2 (2.04 – 4.07 L/10 m2).

6. Encapsulate exposed fasteners with HydroStop® PremiumCoat® Butter Grade Flashing and Fabric.

7. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 1.0 gal per 100 ft2 (4.07 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

8. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 1.0 gal per 100 ft2 (4.07 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

9. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 1.0 gal per 100 ft2 (4.07 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

10. After a minimum of 24 hours has elapsed, inspect the final roof surface for flaws, areas of insufficient coverage, insufficient thickness, etc. The HydroStop® PremiumCoat® System dry film thickness is approximately 25 mils in the field of the roof. All unsatisfactory conditions must be repaired.

ADDENDUM 2 – RESURFACING METAL SUBSTRATE WITH HYDROSTOP® AND KYMAX™

3.6 PREPARATION OF SUBSTRATE

A. Preparation of the Roof substrate is the responsibility of the Installer. Installer shall address and correct all of the conditions listed in this section. Examine substrates to receive new roofing. Do not proceed with installation of the HydroStop® PremiumCoat® roofing system until unsatisfactory conditions have been corrected in a manner acceptable to the manufacturer (GAF).

B. Installation of sheet metal crickets: Sheet metal crickets shall be installed according to manufacturer's specifications [minimum 26 gauge (0.455 mm) metal - heavier gauge required for larger crickets] on the high side of all curb units. Vertical ribs shall be cut a minimum of 2 inches (51 mm) from the cricket to allow both the cricket flanges to mount flush to the metal panel and facilitate water drainage. Cut vertical ribs shall then be treated in the same fashion as a void larger than a 1/4 inch (6 mm). New crickets shall be "sealed" by placing a continuous bead of FlexSeal™ Sealant under the flanges before they are mechanically attached to the curb unit and metal roof panel. Then, the cricket flanges shall be stitch-screwed to the curb unit and metal roof panel while the FlexSeal™ Sealant is still wet using fasteners. This procedure shall apply to installation of all new crickets and curbs.

C. Treatment of Ponding Water Areas: Installer shall make every effort to mechanically eliminate all ponding water areas on the roof prior to application of HydroStop® PremiumCoat® products. Ponding water is defined as water which does not properly drain and remains on the roof surface for more than 48 hours after precipitation stops.

D. Repair of Dented / Damaged Panels: Installer shall repair dented and/or damaged metal roof panels. Dents shall be mechanically removed to the maximum extent possible. If ribs are broken, Installer shall cover the broken rib area with a sheet metal cap. Sheet metal rib caps shall be sealed to the roof by applying HydroStop® PremiumCoat® Butter Grade Flashing over the entire broken rib area to be capped prior to attaching the cap with fasteners. Then,

Page 19: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

HydroStop® PremiumCoat® Butter Grade shall be used to seal all the newly created rib cap seams and fasteners. Roof panels that are severely damaged shall be removed and replaced prior to application of HydroStop® PremiumCoat® products.

E. Re-tightening and Replacement of Fasteners: All fasteners shall be re-tightened, secured or replaced, as necessary. All stripped fasteners shall be replaced with larger diameter fasteners, and the area re-secured by adding a new fastener next to the one that was stripped. All missing fasteners shall be replaced. In evaluating a roofing substrate for the application of the HydroStop® PremiumCoat® System, it is important to note the manner in which the roof is fastened. The fastening pattern may require modification to facilitate the proper installation of the system.

F. Thorough Cleaning / Removal of Existing Paints and Coatings: Metal substrate shall be pressure-washed with water. A minimum working pressure of 3,000 psi (20 MPa) shall be used to remove all delaminating paint and coatings dirt, dust, and waste products (oil, oil-based roof cements, solvents, grease, animal fats, etc.). A Roto- spray tip is required to expedite metal panel cleaning. All existing silicone-based sealants shall be completely removed from roof substrate prior to application of HydroStop® PremiumCoat® products. In some cases, a sand injection system may be required during the pressure washing to obtain proper adhesion for HydroStop® PremiumCoat® products. When encountering roof substrates that have living organisms such as algae, mold or fungus, a bleach solution shall be used to kill and remove these organisms during the roof cleaning.

G. Treatment of Residual Asphalt: Installer shall make every effort to remove asphaltic roofing elements. Removal efforts shall include use of methods such as pressure washing, scrapers, wire brushes, electric drill wire-wheels, or other similar tools. Residual asphalt is defined as asphaltic material remaining after the exercise of all required removal efforts, and exists when there is asphaltic material greater in thickness than 3 mils (.08 mm) over an area greater than 1 ft2 (0.1 m2). Residual asphalt shall be coated with Unibase Primer.

H. Treatment of Rust Areas: Remove all loose, flaking or powdery rust by wire brushing if it has not been removed during the pressure washing. Use appropriate primer prior to coating. Roof panels which are corroded to the point where holes are present shall be replaced.

I. Priming of Pre-Finished Metal Panels: Where roof panel surfaces are known or suspected to contain Kynar-500 or other fluoropolymers, test patches shall be prepared with and without the use of XR-2000 Primer. Based on test patch adhesion results, Installer shall apply XR-2000 Primer on pre-finished metal panels per specifications. Please note that since XR-2000 Primer has rust inhibiting properties, primer is not required where XR-2000 Primer has been used.

J. Pitch Pans: For most situations, pitch pans shall be capped with sheet metal so they can be sealed with HydroStop® PremiumCoat® products. Contact GAF's Technical Services Department for more information.

K. Neoprene Pipe Boots: HydroStop® PremiumCoat® recommends the installation of neoprene boots prior to flashing work being performed for certain types of pipe penetrations. Neoprene boots shall first be sealed to the roof using a bead of FlexSeal™ Sealant prior to mechanical attachment with fasteners. Contact GAF’s Technical Services Department for more information.

L. Open Ridge Vents: Open ridge vents (as shown in detail drawings) may begin to corrode on the inside, and over time, may leak. HydroStop® PremiumCoat® highly recommends either replacement or the installation of sheet metal caps over the open ridge vents when they are rusted on the inside and/or located in a harsh environment (e.g., salt water areas). Sheet metal caps shall be installed when leaks are suspected from the vents. Installation of a cap on the ridge vent will prevent water entry while allowing air to continue to flow through the vent. Do not seal weep holes on the vents. Inadequate roof ventilation may cause blistering in the

Page 20: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

HydroStop® PremiumCoat® roofing system due to inside air "blowing-out" through roof panel seams. When this condition occurs, it may not allow for proper curing of the HydroStop® PremiumCoat® material which may cause blisters.

M. Condensate Lines: HydroStop® PremiumCoat® recommends the installation of condensate lines from HVAC units to gutters as part of the overall roofing contract. Type of piping used for condensate lines may vary depending on local building codes. Lines shall be securely fastened to panel ribs.

N. Deteriorated Seams/Cracks: All delaminated or open seams need to be 3-coursed with HydroStop® PremiumCoat® Butter Grade and HydroStop® PremiumCoat® Fabric.

3.7 FLASHING APPLICATION

A. Preliminary work consists of substrate preparation and all flashing details. After completion of substrate preparation, all flashing details, penetrations and curbs shall be 3-course flashed with either 6 inches (152 mm) or 12 inches (395 mm) HydroStop® PremiumCoat® Fabric embedded in HydroStop® PremiumCoat® Butter Grade Flashing in accordance with HydroStop® PremiumCoat® Detail Drawings. Flashing shall be feathered at the edges (see current HydroStop® PremiumCoat® Detail Drawings) to ensure that water flows over the various flashing details

B. Rakes: All fixed rake details for the roof shall be secured and sealed with a 12 inches (305 mm) minimum width of and HydroStop® PremiumCoat® Butter Grade Flashing. If fixed rake metal is fastened to the top of roof panel ribs and extends back onto the roof, trim off any excess metal and follow horizontal seam flashing procedures. All voids and open areas shall be filled with polyurethane foam prior to application of HydroStop® PremiumCoat® Butter Grade Flashing and fabric.

C. For standing seam roof panels, contact GAF’s Technical Services Department for information. D. Parapet Walls: All parapet wall details within the roof system shall be secured and sealed with

a 12 inches (305 mm) minimum width of and HydroStop® PremiumCoat® Butter Grade. If parapet wall flashing metal is fastened to the top of roof panel ribs and extends back onto the roof, trim off any excess metal and follow horizontal seam flashing procedures. All voids and open areas shall be filled with polyurethane foam prior to application of HydroStop® PremiumCoat® Butter Grade Flashing with fabric. Fabric must be cut around all fasteners so it lies flat. United Coatings™ Unicap Fastener Covers can alternatively be used.

E. Curb Flashings: All curb flashings, including cricket details, shall be flashed with at least a 12 inches (305 mm) width of HydroStop® PremiumCoat® Fabric and HydroStop® PremiumCoat® Butter Grade Flashing. Encapsulate all fasteners using HydroStop® PremiumCoat® Butter Grade Flashing. Do not bridge fasteners. HydroStop® PremiumCoat® Fabric shall be cut around all fasteners so the fabric lies flat.

F. Penetrations: HydroStop® PremiumCoat® Butter Grade Flashing shall be applied around the base of all penetrations, extending at least 6 inches (152 mm) onto the vertical and 6 inches (152 mm) onto the base. Embed a 12 inches (305 mm) width of HydroStop® PremiumCoat® Fabric using additional HydroStop® PremiumCoat® Butter Grade Flashing. Cut the HydroStop® PremiumCoat® Fabric to accommodate the shape of the penetration. Both the top and bottom of neoprene pipe boots shall be flashed using HydroStop® PremiumCoat® Butter Grade Flashing as described above.

G. Skylights: Curb skylights shall be treated in the same fashion as Curb Flashings. After flashing work has been completed and the coating has cured, treat deteriorated fiberglass skylight panels with United Coatings™ Acrysheen Sealer.

Page 21: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

H. Gutters: Trowel or brush apply FlexSeal™ Sealant to the interior or exterior gutters incorporating 6 inches (152 mm) HydroStop® PremiumCoat® Fabric at all gutter seams. Gutter shall be completely clean and dry before applying FlexSeal™ Sealant.

I. Ponding Water Areas: The severity of the ponding water condition will determine the requirements for additional preparation. Contact the GAF’s Technical Services Department for information.

3.8 FIELD OF ROOF APPLICATION AND RATES

A. Resurfacing Metal Substrate with HydroStop® and Kymax™ 20 year System:

1. Before applying the HydroStop® PremiumCoat® System, an adhesion test is required to ensure an adhesion minimum of 2.0 PLI. Test patches to be applied with the system rates listed below.

2. Tighten and/or replace existing fasteners. 3. Pressure wash roof to ensure it is free of dirt, debris, oil, and other contaminants that could

negatively affect adhesion. United Cleaning Concentrate (UCC) is recommended to clean the roof. Allow the roof to completely dry.

4. Treat Seams: a. Horizontal seams: are to be 3-coursed with HydroStop® PremiumCoat® Butter

Grade at a rate of 2.0 gal per 100 ft2 (8.15 L/10 m2), embed fabric, and apply HydroStop® PremiumCoat® Butter Grade at a rate of 2.0 gal per 100 ft2 (8.15 L/10 m2).

b. Vertical seams: Overlap and trapezoidal seams requires treatment with 2.0 gal per 100 ft2 (8.15 L/10 m2) of HydroStop® PremiumCoat® Butter Grade. All other vertical seams may forgo treatment IF the seal/tape is intact on the seam or is double locked.

5. Prime with appropriate primer. For rusty metal, prime using Acrylex 400 at the rate of 0.33-0.67 gal per 100 ft2 (1.34 – 2.73 L/10 m2), or Lock-Down at the rate of 0.33-0.40 gal per 100 ft2 (1.34 – 1.63 L/10 m2). For Kynar-coated metal, prime with XR-2000 Primer at the rate of 0.75 gal per 100 ft2 (3.06 L/10 m2). For residual asphalt, prime with Unibase Primer at the rate of 0.5-1.0 gal per 100 ft2 (2.04 – 4.07 L/10 m2).

6. Encapsulate exposed fasteners with HydroStop® PremiumCoat® Butter Grade Flashing and Fabric.

7. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 0.75 gal per 100 ft2 (3.06 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

8. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 0.75 gal per 100 ft2 (3.06 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

9. Apply Kymax™ at a rate of 0.40 gal per 100 ft2 (1.62 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory condition.

10. Apply Kymax™ at a rate of 0.40 gal per 100 ft2 (1.62 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory condition.

11. After a minimum of 24 hours has elapsed, inspect the final roof surface for flaws, areas of insufficient coverage, insufficient thickness, etc. The HydroStop® and Kymax™ system dry film thickness is approximately 17.5 mils in the field of the roof. All unsatisfactory conditions must be repaired.

ADDENDUM 3 - RESURFACING HISTORIC STANDING SEAM METAL SUBSTRATE

Page 22: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

3.6 PREPARATION OF SUBSTRATE

A. Preparation of the Roof substrate is the responsibility of the Installer. Installer shall address and correct all of the conditions listed in this section. Examine substrates to receive new roofing. Do not proceed with installation of the HydroStop® PremiumCoat® roofing system until unsatisfactory conditions have been corrected in a manner acceptable to the manufacturer (GAF).

B. Installation of sheet metal crickets: Sheet metal crickets shall be installed according to manufacturer's specifications [minimum 26 gauge (0.455 mm) metal - heavier gauge required for larger crickets] on the high side of all curb units. Vertical ribs shall be cut a minimum of 2 inches (51 mm) from the cricket to allow both the cricket flanges to mount flush to the metal panel and facilitate water drainage. Cut vertical ribs shall then be treated in the same fashion as a void larger than a 1/4 inch (6 mm). New crickets shall be "sealed" by placing a continuous bead of FlexSeal™ Sealant under the flanges before they are mechanically attached to the curb unit and metal roof panel. Then, the cricket flanges shall be stitch-screwed to the curb unit and metal roof panel while the FlexSeal™ Sealant is still wet using fasteners. This procedure shall apply to installation of all new crickets and curbs. C. Treatment of Ponding Water Areas: Installer shall make every effort to mechanically eliminate

all ponding water areas on the roof prior to application of HydroStop® PremiumCoat® products. Ponding water is defined as water which does not properly drain and remains on the roof surface for more than 48 hours after precipitation stops.

D. Repair of Dented / Damaged Panels: Installer shall repair dented and/or damaged metal roof panels. Dents shall be mechanically removed to the maximum extent possible. If ribs are broken, Installer shall cover the broken rib area with a sheet metal cap. Sheet metal rib caps shall be sealed to the roof by applying HydroStop® PremiumCoat® Butter Grade Flashing over the entire broken rib area to be capped prior to attaching the cap with fasteners. Then, HydroStop® PremiumCoat® Butter Grade shall be used to seal all the newly created rib cap seams and fasteners. Roof panels that are severely damaged shall be removed and replaced prior to application of HydroStop® PremiumCoat® products.

E. Re-tightening and Replacement of Fasteners: All fasteners shall be re-tightened, secured or replaced, as necessary. All stripped fasteners shall be replaced with larger diameter fasteners, and the area re-secured by adding a new fastener next to the one that was stripped. All missing fasteners shall be replaced. In evaluating a roofing substrate for the application of the HydroStop® PremiumCoat® System, it is important to note the manner in which the roof is fastened. The fastening pattern may require modification to facilitate the proper installation of the system.

F. Thorough Cleaning / Removal of Existing Paints and Coatings: Metal substrate shall be pressure-washed with water. A minimum working pressure of 3,000 psi (20 MPa) shall be used to remove all delaminating paint and coatings dirt, dust, and waste products (oil, oil-based roof cements, solvents, grease, animal fats, etc.). A Roto- spray tip is required to expedite metal panel cleaning. All existing silicone-based sealants shall be completely removed from roof substrate prior to application of HydroStop® PremiumCoat® products. In some cases, a sand injection system may be required during the pressure washing to obtain proper adhesion for HydroStop® PremiumCoat® products. When encountering roof substrates that have living organisms such as algae, mold or fungus, a bleach solution shall be used to kill and remove these organisms during the roof cleaning.

G. Treatment of Residual Asphalt: Installer shall make every effort to remove asphaltic roofing elements. Removal efforts shall include use of methods such as pressure washing, scrapers, wire brushes, electric drill wire-wheels, or other similar tools. Residual asphalt is defined as asphaltic material remaining after the exercise of all required removal efforts, and exists when there is asphaltic material greater in thickness than 3 mils (.08 mm) over an area greater than

Page 23: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

1 ft2 (0.1 m2). Residual asphalt shall be coated with Unibase Primer. H. Treatment of Rust Areas: Remove all loose, flaking or powdery rust by wire brushing if it has

not been removed during the pressure washing. Use appropriate primer prior to coating. Roof panels which are corroded to the point where holes are present shall be replaced.

I. Priming of Pre-Finished Metal Panels: Where roof panel surfaces are known or suspected to contain Kynar-500 or other fluoropolymers, test patches shall be prepared with and without the use of XR-2000 Primer. Based on test patch adhesion results, Installer shall apply XR-2000 Primer on pre-finished metal panels per specifications. Please note that since XR-2000 Primer has rust inhibiting properties, primer is not required where XR-2000 Primer has been used.

J. Pitch Pans: For most situations, pitch pans shall be capped with sheet metal so they can be sealed with HydroStop® PremiumCoat® products. Contact GAF's Technical Services Department for more information.

K. Neoprene Pipe Boots: HydroStop® PremiumCoat® recommends the installation of neoprene boots prior to flashing work being performed for certain types of pipe penetrations. Neoprene boots shall first be sealed to the roof using a bead of FlexSeal™ Sealant prior to mechanical attachment with fasteners. Contact GAF’s Technical Services Department for more information.

L. Open Ridge Vents: Open ridge vents (as shown in detail drawings) may begin to corrode on the inside, and over time, may leak. HydroStop® PremiumCoat® highly recommends either replacement or the installation of sheet metal caps over the open ridge vents when they are rusted on the inside and/or located in a harsh environment (e.g., salt water areas). Sheet metal caps shall be installed when leaks are suspected from the vents. Installation of a cap on the ridge vent will prevent water entry while allowing air to continue to flow through the vent. Do not seal weep holes on the vents. Inadequate roof ventilation may cause blistering in the HydroStop® PremiumCoat® roofing system due to inside air "blowing-out" through roof panel seams. When this condition occurs, it may not allow for proper curing of the HydroStop® PremiumCoat® material which may cause blisters.

M. Condensate Lines: HydroStop® PremiumCoat® recommends the installation of condensate lines from HVAC units to gutters as part of the overall roofing contract. Type of piping used for condensate lines may vary depending on local building codes. Lines shall be securely fastened to panel ribs.

N. Deteriorated Seams/Cracks: All delaminated or open seams need to be 3-coursed with HydroStop® PremiumCoat® Butter Grade and HydroStop® PremiumCoat® Fabric.

3.7 FLASHING APPLICATION

A. Preliminary work consists of substrate preparation and all flashing details. After completion of substrate preparation, all flashing details, penetrations and curbs shall be 3-course flashed with either 6 inches (152 mm) or 12 inches (395 mm) HydroStop® PremiumCoat® Fabric embedded in HydroStop® PremiumCoat® Butter Grade Flashing in accordance with HydroStop® PremiumCoat® Detail Drawings. Flashing shall be feathered at the edges (see current HydroStop® PremiumCoat® Detail Drawings) to ensure that water flows over the various flashing details

B. Rakes: All fixed rake details for the roof shall be secured and sealed with a 12 inches (305 mm) minimum width of and HydroStop® PremiumCoat® Butter Grade Flashing. If fixed rake metal is fastened to the top of roof panel ribs and extends back onto the roof, trim off any excess metal and follow horizontal seam flashing procedures. All voids and open areas shall be filled with polyurethane foam prior to application of HydroStop® PremiumCoat® Butter Grade Flashing and fabric.

Page 24: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

C. For standing seam roof panels, contact GAF’s Technical Services Department for information. D. Parapet Walls: All parapet wall details within the roof system shall be secured and sealed with

a 12 inches (305 mm) minimum width of and HydroStop® PremiumCoat® Butter Grade. If parapet wall flashing metal is fastened to the top of roof panel ribs and extends back onto the roof, trim off any excess metal and follow horizontal seam flashing procedures. All voids and open areas shall be filled with polyurethane foam prior to application of HydroStop® PremiumCoat® Butter Grade Flashing with fabric. Fabric must be cut around all fasteners so it lies flat. United Coatings™ Unicap Fastener Covers can alternatively be used.

E. Curb Flashings: All curb flashings, including cricket details, shall be flashed with at least a 12 inches (305 mm) width of HydroStop® PremiumCoat® Fabric and HydroStop® PremiumCoat® Butter Grade Flashing. Encapsulate all fasteners using HydroStop® PremiumCoat® Butter Grade Flashing. Do not bridge fasteners. HydroStop® PremiumCoat® Fabric shall be cut around all fasteners so the fabric lies flat.

F. Penetrations: HydroStop® PremiumCoat® Butter Grade Flashing shall be applied around the base of all penetrations, extending at least 6 inches (152 mm) onto the vertical and 6 inches (152 mm) onto the base. Embed a 12 inches (305 mm) width of HydroStop® PremiumCoat® Fabric using additional HydroStop® PremiumCoat® Butter Grade Flashing. Cut the HydroStop® PremiumCoat® Fabric to accommodate the shape of the penetration. Both the top and bottom of neoprene pipe boots shall be flashed using HydroStop® PremiumCoat® Butter Grade Flashing as described above.

G. Valleys and Peaks: Seal all valleys and peaks using either 12 inches, 16 inches, or 24 inches (305, 406, 610 mm) HydroStop® PremiumCoat® Fabric and HydroStop® PremiumCoat® Foundation Coat. The HydroStop® PremiumCoat® Fabric must be centered in the valleys or on the peaks overlapping adjoining fabric.

H. Vertical Pans: Seal all vertical pans using either 16 inches or 24 inches (406 or 610 mm) HydroStop® PremiumCoat® Fabric and HydroStop® PremiumCoat® Foundation Coat. HydroStop® PremiumCoat® Fabric must be centered in the vertical pans overlapping both adjoining 6 in (152 mm) fabrics used on the vertical seams. (Note: most historical standing seam metal roofs have standing seams that are centered on 17” or 25” (432 or 610 mm). For seams centered on 17” (432 mm) use 16” (406 mm) fabric and for 25” (635 mm) seams use 24” (610 mm) fabric).

I. Skylights: Curb skylights shall be treated in the same fashion as Curb Flashings. After flashing work has been completed and the coating has cured, treat deteriorated fiberglass skylight panels with United Coatings™ Acrysheen Sealer.

J. Gutters: Trowel or brush apply FlexSeal™ Sealant to the interior or exterior gutters incorporating 6 inches (152 mm) HydroStop® PremiumCoat® Fabric at all gutter seams. Gutter shall be completely clean and dry before applying FlexSeal™ Sealant.

K. Ponding Water Areas: The severity of the ponding water condition will determine the requirements for additional preparation. Contact the GAF’s Technical Services Department for information.

3.8 FIELD OF ROOF APPLICATION AND RATES

A. Resurfacing Metal Substrate 20 Year System:

1. Before applying the HydroStop® PremiumCoat® System, an adhesion test is required to ensure an adhesion minimum of 2.0 PLI. Test patches to be applied with the rates listed below.

2. Tighten and/or replace existing fasteners. 3. Pressure wash roof to ensure it is free of dirt, debris, oil, and other contaminants that could

negatively affect adhesion. United Cleaning Concentrate (UCC) is recommended to clean

Page 25: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

the roof. Allow the roof to completely dry. 4. Prime with appropriate primer. For rusty metal, prime using Acrylex 400 at the rate of 0.33-

0.67 gal per 100 ft2 (1.34 – 2.73 L/10 m2), or Lock-Down at the rate of 0.33-0.40 gal per 100 ft2 (1.34 – 1.63 L/10 m2). For Kynar-coated metal, prime with XR-2000 Primer at the rate of 0.75 gal per 100 ft2 (3.06 L/10 m2). For residual asphalt, prime with Unibase Primer at the rate of 0.5-1.0 gal per 100 ft2 (2.04 – 4.07 L/10 m2).

5. Treat Seams: a. Horizontal seams: are to be 3-coursed with HydroStop® PremiumCoat® Butter

Grade at a rate of 2.0 gal per 100 ft2 (8.15 L/10 m2), embed fabric, and apply HydroStop® PremiumCoat® Butter Grade at a rate of 2.0 gal per 100 ft2 (8.15 L/10 m2).

b. Vertical seams: Overlap and trapezoidal seams requires treatment with 2.0 gal per 100 ft2 (8.15 L/10 m2) of HydroStop® PremiumCoat® Butter Grade. All other vertical seams may forgo treatment IF the seal/tape is intact on the seam or is double locked.

6. Encapsulate exposed fasteners with HydroStop® PremiumCoat® Butter Grade Flashing and Fabric.

7. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 1.0 gal per 100 ft2 (4.07 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

8. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 1.0 gal per 100 ft2 (4.07 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

9. Apply HydroStop® PremiumCoat® Finish Coat at a rate of 1.0 gal per 100 ft2 (4.07 L/10 m2). Allow at least 24 hours drying time, and then inspect for defects, flaws or areas of insufficient coverage. Correct any unsatisfactory conditions.

10. After a minimum of 24 hours has elapsed, inspect the final roof surface for flaws, areas of insufficient coverage, insufficient thickness, etc. The HydroStop® PremiumCoat® System dry film thickness is approximately 25 mils in the field of the roof. All unsatisfactory conditions must be repaired.

END OF ADDENDUM

Page 26: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

SECTION 4 –REPAIR SCOPE OF WORK

4.1 REPAIRS

A. See Attachment 1 for specific buildings. B. A total cost and unit cost for each line item is required. This will be used for an addition

and/or deduct from total cost as required. C. Quantity of repair work completed in a given day must reported daily.

D. Any additional repair work, beyond the quantities listed below, must be approved by the

Consultant and County before completion.

4.2 METAL ROOF REPAIR SCOPE OF WORK

A. At all vertical panel joints, install coat of GACO Patch (or equivalent) extending 3” to each

side of the joint and ensure all fasteners are encapsulated.

i. At all vertical panel joints, install coat of GACO Patch (or equivalent) extending 3” to each side of the

joint and ensure all fasteners are encapsulated.

ii. Total linear feet included in bid = up to 10,000 lf

B. At all penetrations (curbs, pipes, vents), install coat of GACO patch (or equivalent) extending

6” on the roof and 6” up the pipe/curb.

i. At curbs, extend coating to cover where the panels meet the metal curb. ii. Replace any rusted or loose fasteners with oversized fastener prior to coating.

iii. Total linear feet of penetrations = up to 3,000 lf.

C. Install dollop of GACO patch (or equivalent) to any additional fasteners found on the roof

(edge details, gutter straps, etc.) and ensure fastener is encapsulated.

i. Replace any rusted or loose fasteners with oversized fastener prior to coating.

ii. Total fasteners = up to 12,000 fasteners

END OF SECTION

Page 27: NOTICE TO INTERESTED PARTIES

Reeves County, TX County Buildings

Roof Repair and Roof Coating Specification & Bid Documents

SECTION 5 –INSURANCE REQUIREMENTS

5.1 INSURANCE

A. The Independent Contractor shall at all times during the term of this Agreement at

Independent Contractor’s sole expense carry such insurance as may be reasonably

requested by REEVES COUNTY, including, but without limitation, the following types and

limits:

5.2 GENERAL LIABILITY INSURANCE

A. Liability Insurance: $1,000,000.00

B. Any Subcontractors of the undersigned Independent Contractor shall be required to maintain

similar type insurance with similar type limits. REEVES COUNTY shall be named as an

additional insured on all policies where available and Certificates of Insurance shall be

furnished by Independent Contractor and any subcontractors where applicable to REEVES

COUNTY. The types of coverage may be modified only by written agreement between

REEVES COUNTY and Independent Contractor.

C. Under Government Code Chapter 2253 Section 021: A Performance Bond and Payment Bond will be required.

END OF SECTION

Page 28: NOTICE TO INTERESTED PARTIES

SECTION 6

Lucero Sandoval Reeves County Purchasing Agent

1714 Schmidt Drive, Pecos, Texas 79772 Office: (432)287-0222 #7

REEVES COUNTY BID PRICE SHEET

GAF COATING ROOF SYSTEM:

Total Building Cost

Labor

Material

Sub-Contractors

Total Project Cost

REPAIRS:

Unit

Cost*

Vertical Joints/Laps

Flashing

Fasteners

Total Project Cost

P&P Bond for projects $_______

This bid is submitted by:

Company:____________________

Representative:_________________________

Total Days Needed to Complete ______ days

Work: Pricing is Good for _________ days

Page 29: NOTICE TO INTERESTED PARTIES

___ Yes, the price above is as specified.

____ No, I have one or more exceptions—Line Item #_______

The bidder shall list below all exceptions (if any) are being taken relating to the specifications, requirements or contract language: ________________________________________________________________________________________________________________________________________________________________

Bidder’s Company Name _______________________________________________ Authorized Signature ___________________________________________________

Page 30: NOTICE TO INTERESTED PARTIES

ATTACHMENT 1

Location Address Roof Type Size (sf)

Scope

Library

315 S Oak St, Pecos, TX

Standing

Seam Metal

15,000

Coating

Old Road & Bridge

Building

113 N Cedar St, Pecos, TX

Standing

Seam Metal

2,500

Repairs & Coating

Civic Center

1520 S Cedar St, Pecos, TX

Standing

Seam Metal

46,500

Repairs & Maintenan

ce

Baseball Field #1

1541 S Hickory St, Pecos, TX

Standing

Seam Metal

2,000

Repairs & Maintenan

ce

Baseball Field #2

CR 118

Metal / Mod-Bit

(Bathroom Roofs)

3,600

Repairs & Maintenan

ce

Gold Course

88 Starley Dr, #7606, Pecos, TX

Standing

Seam Metal

6,500

Repairs & Maintenan

ce

Tax Office

424 S Cypress St, Pecos, TX

Standing

Seam Metal

3,500

Repairs & Maintenan

ce

Balmorhea Highway Department

2300 Business Loop Interstate 10-F, Balmorhea, TX

Standing

Seam Metal

5,500

Repairs & Maintenance

Road Truck &

Barn

30 County Road 201, Pecos, TX

Standing

Seam Metal

4,500

Repairs & Maintenan

ce

Page 31: NOTICE TO INTERESTED PARTIES

VENDOR REFERENCES

Please list at least three (3) companies or governmental agencies (preferably a local government) where the same or similar products and/or services as contained in this specification package were recently provided.

THIS FORM MUST BE RETURNED WITH YOUR BID.

REFERENCE ONE

Government/Company Name:

Address:

Contact Person and Title:

Phone: Email:

Contract Period: Scope of Work:

REFERENCE TWO

Government/Company Name:

Address:

Contact Person and Title:

Phone: Email:

Contract Period: Scope of Work:

REFERENCE THREE

Government/Company Name:

Address:

Contact Person and Title:

Phone: Email:

Contract Period: Scope of Work:

Page 32: NOTICE TO INTERESTED PARTIES

General Provisions Reeves County, Texas

These General Provisions are considered standard language for all Reeves County BIDS and Request for Proposal documents. If any “specific bid requirements” differ from the General Provisions listed here, the “specific bid requirements” shall prevail.

1. BID/PROPOSAL PACKAGE

a. The request for bid/proposal, general and special provisions, drawings, specifications/line item details, contract documents and the bid/proposal sheet are all considered part of the bid/proposal package. Bids/Proposals must be submitted on the forms provided by the County, including the bid/proposal sheet completed in its entirety and signed by an authorized representative by original signature. Failure to complete and sign the bid/proposal sheet/contract page (s) may disqualify the bid/proposal from being considered by Commissioners’ Court. Any individual signing on behalf of the proposer expressly affirms that he or she is duly authorized to tender this bid/proposal and to sign the bid/proposal sheet/contract under the terms and conditions in this bid/proposal. Proposer further understands that the signing of the contract shall be of no effect unless subsequently awarded and the contract properly executed by Commissioners’ Court. All figures must be written in ink or typed. Figures written in pencil or with erasures are not acceptable. However, mistakes may be crossed out, corrections inserted, and initialed in ink by the individual signing the bid/proposal. Changes must also be made to any electronic copies submitted. If there are discrepancies between unit prices quoted and extensions, the unit price will prevail. Each bidder/proposer is required to thoroughly review this entire bid/proposal packet to familiarize themselves with the bid/proposal procedures, the plans and specifications for the requested work as well as the terms, and conditions of the contract the successful proposer will execute with the County.

b. Bid/Proposal must be in the Purchasing Department BEFORE the hour and date specified. Faxed

or e-mailed bids/proposals will not be accepted. Late bids/proposals will not be considered under any circumstances and shall be returned to the vendor.

c. Any bid/proposal sent via express mail or overnight delivery must have the BID/RFP number and title

clearly marked on the outside of the envelope or package. Failure to clearly identify your bid/proposal may be cause for disqualification.

2. COMPETITIVENESS AND INTEGRITY

To prevent biased evaluations and to preserve the competitiveness and integrity of such acquisition efforts, proposers are to direct all communications regarding this bid/proposal to the Reeves County Purchasing Agent or assigned designee, unless otherwise specifically noted.

An authorized person from the submitting firm must sign all bids/proposals. The signature acknowledges that the proposer has read the bid/proposal documents thoroughly before submitting a bid/proposal and will fulfill the obligations in accordance to the terms, conditions, and specifications.

Please carefully review this Request for Bid/Proposal. It provides specific information necessary to aid participating firms in formulating a thorough response.

3. BIDDERS’S/PROPOSER’S RESPONSIBILITY

The Bidder/Proposer must affirmatively demonstrate its responsibility. The Bidder/Proposer must also meet the following minimum requirements:

Have been in business of providing services for a minimum of one (1) years;

Have adequate financial resources or the ability to obtain such resources as required;

Page 33: NOTICE TO INTERESTED PARTIES

Be able to comply with all federal, state, and local laws, rules, regulations, ordinances and orders regarding this Request for Bid/Proposal;

Have satisfactory record of performance;

Have a satisfactory record of integrity and ethics; and

Be otherwise qualified and eligible to receive an award.

4. REJECTION OF BIDS/PROPOSALS

a. The County, acting through its Commissioners’ Court reserves the right to: (1) reject any and all

bids/proposals and waive any informality in the bids/proposals received; (2) disregard the bid/proposal of any proposer determined to be not responsible. The County further reserves the right to reject any bid/proposal due to failure of performance on deliveries as determined in writing by the County Purchasing Agent.

5. RESTRICTIVE OR AMBIGUOUS SPECIFICATIONS

It is the responsibility of the prospective proposer to review the entire invitation to bid/proposal packet and to notify the Purchasing Department if the specifications are formulated in a manner that would restrict competition or appear ambiguous. Any such protest or question(s) regarding the specifications or bid/proposal procedures must be received in the Purchasing Department no less than seventy-two hours prior to the time set for bid/proposal opening. Vendors are to propose as specified herein or propose an approved equal. The mention of any brand name in the specifications is not intended to be restrictive, but is intended to describe the general features and requirements (or equivalent) that Reeves County is seeking.

Under Local Gov’t Code Section 262.005 and Health & Safety Code Section 361.426, the County is required to give preference to products made of recycled materials if they meet specs. The County is also required to encourage the use of recycled products in developing new procedures and specs. They are also required to eliminate procedures and specifications that explicitly discriminate against products made of recycled materials.

6. SUBSTITUTES

It is not the County’s intent to discriminate against any material of equal merit to those specified however, should the proposer desire to use any substitutions, prior written approval shall be obtained from the County Purchasing Agent sufficiently in advance in order that an addendum might be issued.

7. EXCEPTIONS TO BID/PROPOSAL

The proposer will list on a separate sheet of paper any exceptions to the conditions of the bid/proposal. This sheet will be labeled, “Exceptions to Bid/Proposal Conditions”, and will be attached to the bid/proposal. If no exceptions are stated, it will be understood that all general and specific conditions will be complied with, without exception.

The Bidder/Proposer must specify in its bid/proposal any alternatives it wishes to propose for consideration by the County. Each alternative should be sufficiently described and labeled within the bid/proposal and should indicate its possible or actual advantage to the program being offered.

The County reserves the right to offer these alternatives to other proposers.

8. PRICING

BID/RFP subject to unlimited price increases will not be accepted.

Page 34: NOTICE TO INTERESTED PARTIES

The County is tax exempt and no taxes should be included in your bid/proposal.

*If price adjustments are to be a part of this bid, the County Auditor's Office will be kept informed of the current terminal price throughout the term of the bid. This may be accomplished by emailing the current price to the County Auditor at [email protected] or mail to 100 W. 4th, Suite 104B, Pecos TX 79772.

Unless prices and all information requested are complete, bid/proposal may be disregarded and given no consideration.

In case of default by the contractor, the County may procure the articles or services from other sources and may deduct from any monies due, or that may thereafter become due to the contractor, the difference between the price named in the contract of purchase order and the actual cost thereof to the County. Prices paid by the County shall be considered the prevailing market price at the time such purchase is made. Periods of performance may be extended if the facts as to the cause of delay justify such extension in the opinion of the Purchasing Agent and the Commissioners’ Court.

9. TAX EXEMPTION

Pursuant to Section 151.309 of the Texas Tax Code, Reeves County qualifies for exemption from sales, excise and use taxes imposed under the Limited Sales, Excise, and Use Tax Act, which is codified at Chapter 151 of the Texas Tax Code. In accordance with Section 151.309, a taxable item sold, leased, or rented to, or stored, used, or consumed by the County is exempt from the taxes imposed under Chapter 151.

10. MODIFICATION OF BIDS/PROPOSALS

A bidder/proposer may modify a bid/proposal by letter at any time prior to the submission deadline for receipt of bids/proposals. Modification requests must be received prior to the submission deadline. Modifications made before opening time must be initialed by bidder/proposer guaranteeing authenticity. Bids/Proposals may not be amended or altered after the official opening with the single exception that any product literature and/or supporting data required by the actual specifications, if any, will be accepted at any time prior to the Commissioners’ Court consideration of same. No substitutions or cancellations for merchandise will be permitted without written approval of the County Purchasing Agent.

11. SIGNATURE OF BIDS/PROPOSALS

Each bid/proposal shall give the complete mailing address of the Bidder/Proposer and be signed by an authorized representative by original signature with the authorized representative’s name and legal title typed below the signature line. Each bid/proposal shall include the Bidder’s/Proposer’s Federal Employer Identification Number (FEIN), Failure to sign the Contract page(s) and bid/proposal response sheet will disqualify the bid/proposal from being considered by the County. The person signing on behalf of the Bidder/Proposer expressly affirms that the person is duly authorized to render the bid/proposal and to sign the bid/proposal sheets and contract under the terms and conditions of this BID/RFP and to bind the Bidder/Proposer thereto and further understands that the signing of the contract shall be of no effect until it is properly placed on the Commissioner’s Court agenda, approved in open Court, authorized to be executed by the County Judge, and fully executed by both parties.

12. AWARD OF BID/PROPOSALS-EVALUTATION CRITERIA AND FACTORS

Pursuant to the Texas Local Government Code Bids shall be awarded to the responsible bidder that submits the lowest and best bid. Bid/Proposals will be made to the responsible proposer whose bid/proposal is determined to be the best evaluated offer demonstrating the best ability to fulfill the requirements set forth in this Request for Bid/Proposal. The prices proposed will be considered firm and

Page 35: NOTICE TO INTERESTED PARTIES

cannot be altered after the submission deadline. The proposed cost to the County will be considered firm, unless the County invokes its right to request a best and final offer and cannot be altered after the submission deadline. The County reserves the right to reject any or all bids/proposals in whole or in part received by reason of this BID/RFP and may discontinue its efforts under this BID/RFP for any reason or no reason or solely for the County’s convenience at any time prior to actual execution of the contract by the County. County reserves the right to accept or reject all or any part of the bid/proposal, waive minor technicalities, or to award by item or by total bid/proposal. Price should be itemized. A Bidder/Proposer whose bid/proposal does not meet the mandatory requirements set forth in this BID/RFP will be considered noncompliant. Each Bidder/Proposer, by submitting a bid/proposal, agrees that if its bid/proposal is accepted by the Commissioners’ Court, such Bidder/Proposer will furnish all items and services upon the terms and conditions in this BID/RFP and contract. Contractor shall submit to the County, for approval, within ten (10) days from notice of contract award, all Certificates of Insurance evidencing the required coverage as described under Insurance in the schedule of the Requests for Bids/Proposals.

13. PUBLIC INFORMATION ACT The parties agree that the County is a governmental body for purposes of the Public Information Act, codified

as Chapter 552 of the Texas Government Code and as such is required to release information in accordance with the Public Information Act. Bidder/Proposer agrees that it has marked any information that it considers to be confidential, proprietary, and/or trade secret in its bid/proposal. County agrees to provide notice to Bidder/Proposer in accordance with the Public Information Act in the event the County receives a request for information under the Public Information Act for information that the Proposer has marked as confidential, proprietary, and/or trade secret.

14. RESULTANT CONTRACT

The resultant contract shall become effective upon the Commissioners’ Court execution of the same. The contract documents shall consist of the contract, the general and special provisions, the drawings, bid/proposal package, any addenda issued, and any change orders issued during the work. The criteria utilized for determining responsibility of bidder/proposer(s) includes, but is not limited to, the proposer’s experience, skill, ability, business judgment, financial capacity, integrity, honesty, possession of the necessary facilities or equipment, previous performance, reputation, promptness, and any other factor deemed relevant by the County to determine whether a bidder/proposer is responsible The term of the resultant contract will begin as stated in the contract executed by the Commissioners’ Court and will terminate on the date specified in the contract unless terminated earlier as herein set forth.

15. ESTIMATED QUANTITIES

Any reference to quantities shown in the Request for Bids/Proposals are an estimate only. Since the exact

quantities cannot be predetermined, the County reserves the right to adjust quantities as deemed necessary to meet its requirements.

16. CONTRACTOR INVESTIGATION

Before submitting a bid/proposal, each contractor shall make all investigations and examinations necessary to ascertain all site conditions and requirements affecting the full performance of the contract and to verify any representations made by the County upon which the contractor will rely. If the contractor receives an award as a result of its bid/proposal submission, failure to have made such investigations and examinations will in no way relieve the contractor from its obligation to comply in every detail with all provisions and requirements of the contract, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim whatsoever by the contractor for additional compensation.

Page 36: NOTICE TO INTERESTED PARTIES

17. NO COMMITMENT BY COUNTY

This Request for Bid/Proposal does not commit the County to award any costs or pay any costs, or to award any contract, or to pay any costs associated with or incurred in the preparation of a bid/proposal to this request, or to procure or contract for services or supplies.

18. BEST AND FINAL OFFERS

In acceptance proposals, the County reserves the right to negotiate further with one or more of the contractors as to any features of their proposals and to accept modifications of the work and price when such action will be in the best interest of the County. This includes solicitations of a Best and Final Offer from one or more of the proposers. If invoked, it allows acceptable proposers the opportunity to amend, change or supplement their original proposal. Proposers may be contacted in writing requesting that they submit their best and final offer. Any such best and final offer must include discussed and negotiated changes.

19. SINGLE BID/PROPOSAL RESPONSE

If only one (1) bid/proposal is received in response to the Request for Bids/Proposals, a detailed cost bid/proposal may be requested of the single contractor. A cost/price analysis and evaluation and/or audit may be performed of the cost bid/proposal in order to determine if the price is fair and reasonable.

20. REJECTION/DISQUALIFICATION OF BIDS/PROPOSALS

Bidders/Proposers may be disqualified and rejection of bid/proposals may be recommended to the Commissioners’ Court for any of (but not limited to) the following causes:

A. Failure to use the bid/proposal form(s) furnished by the County, if applicable. B. Lack of signature by an authorized representative that can legally bind the company on the bid/proposal form. C. Failure to properly complete the bid/proposal. D. Bids/proposals that do not meet the mandatory requirements. E. Evidence of collusion among bidders/proposers.

F. Other appropriate reason as determined by County.

21. CHANGES IN SPECIFICATIONS

If it becomes necessary to revise any part of this bid/proposal, a written notice of such revision will be posted on the County Purchasing website. The County is not bound by any oral representations, clarifications, or changes made in the written specifications by the County’s employees, unless such clarification or change is posted on the County Purchasing website. It shall be Bidder’s/Proposer’s responsibility to check the website prior to the bid/proposal opening date to verify whether any addendums have been posted.

22. BID/PROPOSAL IDEAS AND CONCEPTS

The County reserves the right to adopt or use for its benefits, any concept, plan, or idea contained in any bid/proposal.

23. BID/PROPOSAL DISCLOSURES

Results of bids/proposals for the purchase of goods, materials, general services and construction are

Page 37: NOTICE TO INTERESTED PARTIES

considered public information at the time of the bid/proposal opening. All information contained in the bid/proposal response is available for public review. The Proposal for Services: Only the names of those who submitted proposals will be made public information until an award is made by Commissioners’ Court and contract executed by the parties. No price, staffing or other proposal information will be released. Proposers are requested to withhold all inquiries regarding their proposal or other submissions until after an award is made. No communication is to be had with any County employee, other than the Purchasing Agent, regarding whether a proposal was received. Violations of this provision may result in the rejection of a proposal.

24. WITHDRAWAL OF BID/PROPOSAL

Bidders/Proposers may request withdrawal of a sealed bid/proposal prior to the scheduled bid/proposal opening time provided the request for withdrawal is submitted to the Purchasing Agent in writing. No bids/proposals may be withdrawn for a period of sixty (60) calendar days after opening of the bids/proposals.

25. INDEMNIFICATION

A. The contractor shall agree to assume all risks and responsibility for, and agrees to indemnify, defend, and

save harmless, the County, its elected and appointed officials and department heads, and its agents and employees from and against all claims, demands, suits, actions, recoveries, judgments, and costs and expenses including reasonable attorney’s fees for the defense thereof in connection therewith on account of the loss of life property or injury or damage to the person which shall arise from contractor’s operations under this contract, its use of County facilities and/or equipment or from any other breach on the part of the contractor, its employees, agents or any person(s) in or about the County’s facilities with the expressed or implied consent of the County. Contractor shall pay any judgment with cost which may be obtained against Reeves County resulting from contractor’s operations under this contract. Contractor agrees to indemnify and hold the County harmless from all claims of subcontractors, laborers incurred in the performance of this contract. Contractor shall furnish satisfactory evidence that all obligations of this nature herein above designated have been paid, discharged or waived. If Contractor fails to do so, then the County reserves the right to pay unpaid bills of which County has written notice direct and withhold from Contractor’s unpaid compensations a sum of money reasonably sufficient to liquidate any and all such lawful claims.

B. Pursuant to Texas Local Government Code Section 262.032(b), any successful bidder who is awarded any

contract in excess of $50,000 may be required to execute a performance bond to the County. Said bond shall be in the full amount of the contract and must be furnished within 30 days after the date a purchase order is issued or the contract is signed and prior to commencement of the actual work. A performance bond required pursuant to this section shall be noted in the attached detailed bid specifications or scope of work. This section does not apply to a performance bond required by Chapter 2253, Texas Government Code.

26. PROOF OF INSURANCE

Successful proposer agrees to keep in full force and effect, a policy of public liability and property damage insurance issued by a casualty company authorized to do business in the State of Texas, and in standard form approved by the Board of Insurance Commissioners’ of the State of Texas, with coverage provision insuring the public from any loss or damage that may arise to any person or property by reason of services limits of not less than the following sums:

INSURANCE REQUIREMENTS FOR CONSTRUCTION AND OTHER SERVICES PROVIDED TO REEVES COUNTY

GENERAL LIABILITY: $1,000,000 – Each Occurrence $1,000,000 – General Aggregate

Page 38: NOTICE TO INTERESTED PARTIES

$1,000,000 – Personal & Advertising Injury $1,000,000 – Products/Completed Operations – Aggregate $5,000 – Premises Medical Expense $500,000 – Fire Legal Damage Liability County named as “Additional Insured” Waiver of Subrogation

AUTOMOBILE: $1,000,000 – Each Occurrence County named as “Additional Insured” Waiver of Subrogation WORKERS

COMPENSATION: $1,000,000 – Employers Liability – Each Accident $1,000,000 – Employers Liability – Each Employee $1,000,000 – Employers Liability – Disease – Policy Limit Statutory Limits Waiver of Subrogation

CONSTRUCTION PROJECTS additional requirements: Builders Risk Policy for total amount of completed project Bid Bond Performance & Payment Bond PROFESSIONAL SERVICES additional requirements: Limit of $1,000,000 for E&O/Professional Insurance.

CERTIFICATE OF LIABILITY INSURANCE In the remarks section should include job description or project name and/or number. Current insurance certificates certifying that such policies as specified above are in full force and effect shall be furnished by successful bidder to the County. Insurance is to be placed with insurers having a best rating of no less than A. The Bidder shall furnish the County with certificates of insurance and original endorsements affecting coverage required by these insurance clauses within ten (10) business days of execution of this contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. The Bidder shall be required to submit annual renewals for the term of this contract prior to expiration of any policy.

In addition to the remedies stated herein, the County has the right to pursue other remedies permitted by law or in equity. The County agrees to provide Bidder with reasonable and timely notice of any claim, demand, or cause of action made or brought against the County arising out of or related to utilization of the property. Proposer shall have the right to defend any such claim, demand or cause of action at its sole cost and expense and within its sole and exclusive discretion. The County agrees not to compromise or settle any claim or cause of action arising out of or related to the utilization of the property without the prior written consent of the Bidder. In no event shall the County be liable for any damage to or destruction of any property belonging to the Bidder.

Reeves County shall be listed as the additional insured on policy certificates and shall be notified of changes to the policy during the contractual period. The County reserves the right to review the insurance requirements during the effective period of the contract and to require adjustment of insurance coverage and their limits when deemed necessary and prudent by the County based upon changes in statutory law, court decisions, or the claims history of the industry as well as the contractor.

27. WORKERS COMPENSATION

Successful bidder shall carry in full force Workers’ Compensation Insurance Policy (ies), If there is more than one employee, for all employees, including but not limited to full time, part time, and emergency employees employed by the successful bidder.

The Texas Workers’ Compensation Commission has adopted Rule 110.110 effective with all bids after September 1, 1994 and this does affect your bid on this project.

The TWCC has stated that it is aware that statutory requirements for workers’ compensation insurance coverage is not being met, Rule 10.110 is designed to achieve compliance from both contractors and governmental entities. This affects both of us on this project.

Providing false or misleading certificates of coverage, failing to provide or maintain required coverage, or failing to report any change that materially affects the coverage may subject the contractor(s) or other persons providing services on this project to legal penalties. This also affects your subcontractors.

Page 39: NOTICE TO INTERESTED PARTIES

Therefore, the attached pages are provided in accordance with the requirements on governmental entities. Please read carefully and prepare your bid in full compliance to TWCC Rule 110.110. Failure to provide the required certificates upon submission of a bid could result in your bid being declared non-responsive.

According to TWCC, “This rule does not create any duty or burden on anyone which the law does not establish.” Therefore, the County should not experience any increase in cost because of the need to comply with the Texas Workers Compensation laws.

28. BOYCOTT OF ISRAEL HOUSE BILL 89

In accordance with Chapter 2270 of the Texas Government Code, a company, other than a sole proprietorship, with ten or more full time employees is required to certify in writing that it does not boycott Israel and will not boycott Israel during the term of the contract, if the contract has a value of $100,000 or more.

29. BUSINESS WITH FOREIGN TERRORISTS SENATE BILL 252

The 85th Texas Legislature (2017) approved Senate Bill 252, that forbids a state agency and a political subdivision (which includes a County) in any Contracts and Investments with Companies doing business with the Sudanese and Iranian governments or any foreign terrorist organization. This bill became effective September 1, 2017. This is for any goods or services during the term of the contract.

A. The law requires the Comptroller’s office to publish and maintain lists of these entities to assist and guide the County in any of our investment and/or contracting activities.

B. The County will verify and complete this information with our internal form.

30. MANDATORY DISCLOSURES: Texas law requires the following disclosures by vendors:

Conflict of Interest Disclosure Reporting (required of all vendors responding to the Bid/RFP/RFQ)

Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity make certain disclosures. In 2015, the Texas Legislature updated the law and the Texas Ethics Commission made corresponding changes to the Conflict of Interest Questionnaire (CIQ Form), in which the vendor must disclose any covered affiliation or business relationship with County personnel that might cause a conflict of interest with a local government entity. A list of County elected officials and employees that will award the bid/proposal and/or make recommendations for award are included in this bid/proposal. By law, a completed questionnaire must be filed with Reeves County, Texas. If no conflict of interest exists, write “N/A” or “None” in Box 3 of the CIQ Form

Disclosure of Interested Parties (only required of vendors who are awarded the Bid/RFP/RFQ)

In 2015, the Texas Legislature added Section 2252.908 to Chapter 2252 of the Texas Government Code. Pursuant to Section 2252.908, for contracts entered into January 1, 2016 and after, the awarded vendor must submit to the County a completed “Certificate of Interested Parties” form, which will be included in the Commissioners Court agenda at the time the contract is approved and sent to the Texas Ethics Commission within 30 days thereafter. Compliance with this new requirement requires logging into the Texas Ethics Commission website, at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm Several instructional videos are available there.

31. NON-COLLUSION AFFIDAVIT

The contractor declares, by signing and submitting a bid/proposal, that the bid/proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or

Page 40: NOTICE TO INTERESTED PARTIES

corporation; that the bid/proposal is genuine and not collusive or sham; that the contractor has not directly or indirectly induced or solicited another contractor to put in a false or sham bid/proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any contractor or anyone else to put in a sham bid/proposal, of that anyone shall refrain from bidding; that the contractor has not in any manner, directly or indirectly, sought by agreement, communications, or conference with anyone to fix the bid/proposal price of the contractor of any other bidder/proposer, or to fix any overhead, profit or cost element of the bid/proposal price, or of that of any other contractor, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract, that all statements contained in the bid/proposal are true; and further, that the contractor has not, directly or indirectly, submitted his or her bid/proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any cooperation, partnership, company association, organization, bid/proposal depository, or to any member or agent thereof to effectuate a collusive or sham bid/proposal. Non negotiations, decisions, or cautions shall be initiated by any company as a result of any result of any verbal discussion with any County employee prior to the opening of responses to this Request for Bid/Proposal. No officer or employee of the County, and no other public or elected official, or employee, who may exercise any function or responsibilities in the review or approval of this undertaking, shall have any personal or financial interest, direct or indirect, in any contract or negotiation process thereof. The above compliance request will be part of all County contracts for this service.

32. SOVEREIGN IMMUNITY The County specifically reserves any claim it may have to sovereign, qualified, or official immunity as a

defense to any action arising in conjunction with this contract.

33. MERGERS, ACQUISITIONS The Bidder/Proposer shall be required to notify the County of any potential for merger or acquisition of which

there is knowledge at the time that a bid/proposal is submitted. If subsequent to the award of any contact resulting from this BID/RFP the Bidder/Proposer shall merge or be

acquired by another firm, the following documents must be submitted to the County.

A. Corporate resolutions prepared by the awarded Proposer and the new entity ratifying acceptance of the original contract, terms, conditions and prices;

B. New Bidder’s/Proposer’s Federal Identification Number (FEIN); and C. New Bidder’s/Proposer’s proposed operating plans.

Moreover, Bidder/Proposer is required to provide the County with notice of any anticipated merger or

acquisition as soon as Bidder/Proposer has actual knowledge of the anticipated merger or acquisition. The new Bidder’s/Proposer’s proposed plan of operation must be submitted prior to merger to allow time for submission of such plan to the Commissioners’ Court for its approval.

34. DELAYS

The County reserves the right to delay the scheduled commencement date of the contract if it is to the

advantage of the County. There shall be no additional costs attributed to these delays should any occur. Bidder/Proposer agrees it will make no claim for damages, for damages for lost revenues, for damages caused by breach of contract with third parties, or any other claim by Bidder/Proposer attributed to these delays, should any occur. In addition, Bidder/Proposer agrees that any contract it enters into with any third party in anticipation of the commencement of the contract will contain a statement that the third party will similarly make no claim for damages based on delay of the scheduled commencement date of the contract.

Page 41: NOTICE TO INTERESTED PARTIES

35. ACCURACY OF DATA

Information and data provided through this BID/RFP are believed to be reasonably accurate.

36. SUBCONTRACTING/ASSIGNMENT

Bidder/Proposer shall not assign, sell, or otherwise transfer its contract in whole or in part without prior written permission of Commissioners’ Court. Such consent, if granted, shall not relieve the Bidder/Proposer of any of its responsibilities under this contract.

37. INDEPENDENT CONTRACTOR

Bidder/Proposer expressly acknowledges that it is an independent contractor. Nothing in this agreement is intended nor shall be construed to create an agency relationship, an employer/employee relationship, a joint venture relationship, or any other relationship allowing County to exercise control or direction over the manner or method by which Bidder/Proposer or its subcontractors perform in providing the requirements stated in the Request for Bid/Proposal.

38. MONITORING PERFORMANCE The County shall have the unfettered right to monitor and audit the Vendor’s work in every respect. In this

regard, the Vendor shall provide its full cooperation and insure the cooperation of its employees, agents, assigns, and subcontractors. Further, the Vendor shall make available for inspection and/or copying when requested, original data, records, and accounts relating to the Bidder’s/Proposer’s work and performance under this contract. In the event any such material is not held by the vendor in its original form, a true copy shall be provided.

Reeves County is an equal opportunity employer.

39. COUNTY RESERVES THE RIGHT TO

A. terminate the submittal process at any time; B. reject any or all submittals; C. change the schedule and dates for responses, interviews and other dates; and D. waive formalities and minor irregularities in the submittals received. E. The County further reserves the right to cancel or amend this request for proposal at any time and will

attempt to notify recipients accordingly. F. Request an oral interview with, and additional information from, companies prior to final selection of a

provider. . Failure of a proposer to respond to such a request for additional information or clarification could result in rejection of the company’s response or responses.

G. Reject the bid of any bidder who is not in a position to perform the Contract, or who has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to Subcontractors, materials-man or employees, or who otherwise not a fairly responsible bidder.

H. Reject the bid of any bidder who has previously failed to perform or to complete on-time; contracts of a similar nature.

40. SELECTION PROCESS Lowest and best bid will be presented to the Reeves County Commissioners Court for approval. In determining a responsive and responsible vendor, in addition to price, the Purchasing Agent, Department Head, and/or the County Administrator or designee shall consider the Bidder’s qualifications, references and capabilities to provide the specified service and to product quality, warranty, and technical support availability. During the evaluation process, Reeves County reserves the right where it may serve the County’s best interest to request additional information or clarification from proposers, or to allow corrections of errors or omissions.

Page 42: NOTICE TO INTERESTED PARTIES

HEALTH INSURANCE BENEFITS QUESTIONNAIRE

Texas Local Government Code Section 262.0271 states the County may give preference to bidders that provide reasonable health insurance coverage to its employees, over a bidder that doesn’t provide such insurance. Complete the questionnaire below if applicable. If not, check box #3.

1. Do you or your subcontractor(s) currently offer health insurance benefits to your employees?

If so, please describe those health insurance benefits that you or your subcontractor(s) currently provide/offer to your employees.

2. What percentage, if any, of your subcontractor’s employees are currently enrolled in the health

insurance benefits program?

3.

No. The bidder is not requesting the Health Insurance Benefits Preference. Checking Box #3 will not disqualify you from participating in this bid selection process.

_____________________________ _________________________________

Business Name Date ______________________________ __________________________________

Name of Authorized Representative Signature of Authorized Representative

Page 43: NOTICE TO INTERESTED PARTIES

STATE OF TEXAS ( AFFIDAVIT COUNTY OF REEVES ( BEFORE ME, the undersigned authority, on this day personally appeared _______________________________________________ known to me to be the person whose name is subscribed to the following, who upon oath, says: I am the Manager, Secretary or other agent or officer or the principal of the firm in the matter of the invitation to bid to which this affidavit is attached, and I have full knowledge of the relations of the firm with the other firms in this same line of business, and the firm is not a member of any trust, pool or combination to control the price of services on the invitation to bid, or to influence any person to the invitation to bid or not to the invitation to bid thereon. I further affirm that the firm has not given, offered to five, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted invitation to bid. _____________________________________________ Affiant SWORN TO AND SUBSCRIBED BEFORE ME by the above Affiant, who, on oath states that the facts contained in the above are true and correct, this __________ day of __________________________, 20_____. ______________________________________________ Notary Public in and for ____________________ County, Texas

Name of Firm_____________________________________________________

Signed By: _______________________________________________________ (Sign Name in Writing) (Title)

Address: __________________________________________________________ (Zip Code)

Telephone Number: ________________________________Date_____________

NOTE: ITBs NOT ACCOMPANIED BY THIS AFFIDAVIT MAY NOT BE CONSIDERED.

Page 44: NOTICE TO INTERESTED PARTIES

BIDDER RESIDENCY CERTIFICATION

I hereby certify the following information to be true and correct: In accordance with paragraph 11, of the Standard Terms and Conditions of the bidder I certify the following: (Check applicable statement/s)

[ ] Proposal is from a State of Texas resident bidder.

[ ] Proposal is from a non-resident bidder. The following is further certified by non-resident bidder:

[ ] Copy of non-resident current state statute is attached which specifies the amount that a Texas resident bidder would be required to under bidder a non-resident bidder to obtain a comparable award in the non-resident state in which principal place of business is located.

[ ] No such statute exists in non-resident state.

________________________________ Signature

_______________________________ Name and Title

________________________________

Company

Page 45: NOTICE TO INTERESTED PARTIES

REEVES COUNTY House Bill 89 Verification

I, _____________________________________________ (Person’s name), the undersigned_____________________________________________________ Representative of (Company or Business name) ______________________________________

_________________________________ (hereafter referred to as company) being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and verify under oath that the company named-above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270:

1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract.

Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking

any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and

2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit.

______________________ ________________________________________ DATE SIGNATURE OF COMPANY REPRESENTATIVE

On this _____ day of _________, 20____, personally appeared ________________________________________, the above-named person, who after by me being duly sworn, did swear and confirm that the above is true and correct.

NOTARY SEAL ____________________________________ NOTARY SIGNATURE ____________________________________ DATE

Page 46: NOTICE TO INTERESTED PARTIES

REEVES COUNTY Senate Bill 252 Verification

I, _____________________________________________ (Person’s name), the undersigned_____________________________________________________ Representative of (Company or Business name) ______________________________________

___________________________________ (hereafter referred to as company) being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and verify under oath that the company named-above, under the provisions of Subtitle F, Government Code Chapter 2252:

3. Is not engaged in business by Contracts or Investments with Iran, Sudan, or Foreign Terrorist Organizations; and

4. Will not engage to do business by Contracts or Investments with Iran, Sudan, or Foreign Terrorist Organizations during the term of the contract.

Pursuant to Section 2252.151, Texas Government Code: 3. “Foreign Terrorist Organization” means an organization designed as a foreign terrorist organization

by the United States Secretary of State as authorized by 8 U. S. C. Section 1189. 4. “Company” means a sole proprietorship, organization, association, corporation, partnership, joint

venture, limited partnership, limited liability partnership, limited liability company, or other entity or business association whose securities are publicly traded, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations, that exists to make a profit.

______________________ ________________________________________

DATE SIGNATURE OF COMPANY REPRESENTATIVE

On this _____ day of _________________________, 20____, personally appeared ________________________________________, the above-named person, who after by me being duly sworn, did swear and confirm that the above is true and correct.

NOTARY SEAL ____________________________________ NOTARY SIGNATURE ____________________________________

DATE

Page 47: NOTICE TO INTERESTED PARTIES

NON RESPONSE NOTIFICATION

Vendor:__________________________ Agent:______________________________ Address:_____________________________ BID Number:_____________________ Description:____________________________________________________________

Reeves County is interested in receiving competitive responses on all items proposed. We also desire to keep your company as a vendor for these services. Therefore, it is important for us to determine why you are not proposing on this item. We will analyze your input carefully and try to determine if future changes are needed in our specifications and/or procedures. I did not respond to this RFQ for the following reasons (PLEASE CHECK ONE OF THE LISTED REASONS)

____ Do not provide the requested services.

____ Services requested are too small or too large to be provided by my company.(Please circle one of the underlined)

____ Specifications are “too tight” or written around a particular service(s). (Please elaborate on this item)____________________________

____ Cannot propose against manufacturer or jobber on this item. (Please circle one of the underlined)

____ Time frame for proposing was too short for my organization.

____ Not awarded a contract by Reeves County when you felt you were best responder.

____ Other…__________________________________________________________

________________________________________________________________

Please indicate your choice for remaining on Reeves County’s vendor list.

____ I wish to remain on vendor list. ____ I do not wish to remain on the vendor list.

____________________________________

Vendor’s Signature Date

Page 48: NOTICE TO INTERESTED PARTIES

REEVES COUNTY, TEXAS COUNTY PURCHASING DEPARTMENT

1714 SCHMIDT DRIVE PECOS, TEXAS 79772

432-287-0222, OPTION 7 432-445-5420 FAX

RE: Bid 21-011, Roof Repairs & Coatings on County Buildings for Reeves County, TX. Dear Vendor: The Texas Local Government Code Chapter 176 requires all vendors and potential vendors who contract or seek to contract for the sale or purchase of property, goods, or services with any local government entity to complete and submit a Conflicts of Interest Questionnaire. Attached is a copy of the questionnaire and original copy can always be found on the Purchasing website In filling out the Questionnaire, the following are the County Officers that will award the bid and the employees, which will make a recommendation to the Commissioner’s Court:

County Officers: County Judge, Leo Hung Commissioner, Roy Alvarado Commissioner, Israel Campos Commissioner, Paul Hinojos Commissioner, Tony Trujillo

County Employees: Curtis Wilson, Road Bridge Engineer

Gary Rumbaugh, Road & Bridge Administrator

Lucero Sandoval, Purchasing Agent

Irma Rodriguez, Purchasing Assistant

Mercedez Lopez, Purchasing Assistant

Andy Calobreves, Maintenance Facilities

Page 49: NOTICE TO INTERESTED PARTIES
Page 50: NOTICE TO INTERESTED PARTIES

PURCHASING CODE OF ETHICS

Public employment is a public trust. It is the policy of Reeves County to promote and balance the objective of protecting government integrity and the objective to facilitate the recruitment and retention of personnel needed by Reeves County. Such policy is implemented by prescribing essential standards of ethical conduct without creating unnecessary obstacles to entering public service. Public employees must discharge their duties impartially to assure fair competitive access to County procurement by responsible contractors. In addition, public employees should conduct themselves in such a manner that fosters public confidence in the Reeves County procurement department. To achieve the purpose of the policy, it is essential that those doing business with the Reeves County purchasing office also observe the ethical standards prescribed here. General Ethical Standards

1. It shall be a breach of ethics to attempt to realize personal gain through public employment with Reeves County by any conduct inconsistent with the proper discharge of the employee’s duties.

2. It shall be a breach of ethics to attempt to influence any public employee of Reeves County to breach the standards of ethical conduct set forth in this code.

3. It shall be a breach of ethics for any employee of Reeves County to participate directly or indirectly in a procurement when the employee knows that:

The employee or any member of the employee’s immediate family has financial interest pertaining to the procurement;

A business or organization in which the employee or any member of the employee’s immediate family, has financial interest pertaining to the procurement; or

Any other person, business or organization with whom the employee or any member of the employee’s immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement.

4. Gratuities It shall be a breach of ethics to offer, give or agree to give any employee or former employee of

Reeves County or to solicit, demand, accept or disagree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, and preparation of any part of a program requirement or purchase request. Influencing the content of any others in an advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter pertaining to any program requirement or a contract or subcontract, or to any solicitation or proposal pending before this government, shall also constitute a breach of ethics.

5. Kickbacks

It shall be a breach of ethics for any payment, gratuity or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime contractor or higher tier subcontractor for any contract for Reeves County, or any person associated therewith, as an inducement for the award of a subcontract or order.

6. Contract Clause The prohibition against gratuities and kickbacks prescribed above shall be conspicuously set forth

in every contract and solicitation therefore. 7. It shall be a breach of ethics for any employee or former employee of Reeves County to

knowingly use confidential information for actual or anticipated personal gain, or for the actual or anticipated gain of any person.

Page 51: NOTICE TO INTERESTED PARTIES

REEVES COUNTY, PECOS TEXAS

Bid 21-011 ROOF REPAIRS & COATINGS ON COUNTY BUILDINGS

THIS CHECKLIST IS PROVIDED FOR YOUR CONVENIENCE

All bids should be delivered to the County Purchasing Department before 2:00 p.m., June 24, 2021. Did you visit our website (www.reevescounty.org) for any addendums?

Did you sign the Bid?

Did you fill out the "Affidavit"?

Did you fill out the "Senate Bill 252"?

Did you fill out the "House Bill 89"?

Did you fill out the "Signature Page"?

Did you provide the "Certification of Liability Insurance"?

Did you look over the "1295 Certificate of Interested Parties form"? (This will be due 10 days after the intent to award is provided.)

Did you sign and complete the required "Conflict of Interest Questionnaire"?

Did you provide one original and two additional versions of the submitted bid? Additional copies must reflect the original hard copy.

Page 52: NOTICE TO INTERESTED PARTIES
Page 53: NOTICE TO INTERESTED PARTIES