Loading...
HomeMy WebLinkAbout2017-059CDATE: J �2 2o1. . ITEM NO: INDEX NO: -- CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT BID NO. 2017040 PROJECT NO. 1705 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN PETER D. O'BRYAN, VICE-CHAIRMAN COMMISSIONER BOB SOLARI COMMISSIONER SUSAN ADAMS COMMISSIONER TIM ZORC JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD., COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR JAMES W. ENNIS, P.E., PMP, COUNTY ENGINEER 00001 - Project Title Page - REV 04-07.doc 00001 -1 F:\PublieWorkskENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00001 -Project Title Page - REV 04-07.doc TABLE OF CONTENTS Section No. Title DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS PROJECT MANUAL (BY REI ENGINEERS) INCLUDES THE FOLLOWING: DIVISION 5 - METALS DIVISION 6 - WOOD, PLASTICS, AND COMPOSITES DIVISION 7 - THERMAL AND MOISTURE PROTECTION APPENDIX A - PERMITS + + END OF TABLE OF CONTENTS + + 00010-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00010 - Table of Contents - REV 04-07.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 2rh Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Thursday, March 30, 2017. Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words "INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT" and Bid No. 2017040". Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be opened or considered. INDIAN RIVER COUNTY PROJECT NO. 1705 INDIAN RIVER COUNTY BID NO. 2017040 PROJECT DESCRIPTION. The Project involves the removal and disposal of the existing tile roof system including flashing, sheet metal, and underlayment down to the existing nailable wood substrate for inspection; remove any moisture contaminated, deteriorated, or damaged nailable substrate and insulation as directed by Owner/Architect; and repair any rusted steel deck before installing new replacement materials; mechanically fasten standing seam metal roof panel clips through the insulation system into the structural steel deck and install new standing seam metal roof system; provide new sheet metal flashing and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Copies of the documents are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226-1416 or purchasingtc'i_ircgov.com. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasing(a)-ircgov.com. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in 00100 - Advertisement for Bids REV 04-07.doe 00100-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00100 -Advertisement for Bids REV 04-07.doc the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre -Bid Conference will be held on Wednesday, March 15, 2017 at 10:00 A.M. in the first floor Public Works Conference Room Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS MANDATORY. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: February 26, 2017 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 * * END OF SECTION * * 00100 - Advertisement for Bids REV 04-07.doc 00100-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00100 -Advertisement' for Bids REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page ARTICLE 1 - DEFINED TERMS.............................................................................................1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS................................................................1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS......................................................................1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, ANDSITE...................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE..................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS................................................................................ 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA.............................................................. 4 ARTICLE 8 - BID SECURITY.................................................................................................5 ARTICLE 9 - CONTRACT TIMES...........................................................................................5 ARTICLE 10 - LIQUIDATED DAMAGES................................................................................ 5 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS........................................................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6 ARTICLE 13 - PREPARATION OF BID.................................................................................. 6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS..........................................................8 ARTICLE 15 - SUBMITTAL OF BID........................................................................................ 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID................................................9 ARTICLE 17 - OPENING OF BIDS.........................................................................................9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE ........................................... 9 ARTICLE 19 - AWARD OF CONTRACT................................................................................ 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE....................................................10 ARTICLE 21 - SIGNING OF AGREEMENT............................................................................10 00200 - Instructions to Bidders REV 04-07.doc 00200 - i F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 -Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Awardof Contract.....................................................................................................................19 Basis of Bid; Evaluation of Bids................................................................................................14 BidSecurity................................................................................................................................8 Bids to Remain Subject to Acceptance.....................................................................................18 Contract Security and Insurance...............................................................................................20 ContractTimes...........................................................................................................................9 Copies of Bidding Documents.....................................................................................................2 DefinedTerms............................................................................................................................1 Examination of Bidding Documents, Other Related Data, and Site.............................................4 Interpretations and Addenda.......................................................................................................7 LiquidatedDamages.................................................................................................................10 Modification and Withdrawal of Bid...........................................................................................16 Openingof Bids........................................................................................................................17 Pre -Bid Conference....................................................................................................................5 Preparationof Bid.....................................................................................................................13 Qualificationsof Bidders............................................................................................................. 3 Signingof Agreement...............................................................................................................21 Siteand Other Areas..................................................................................................................6 Subcontractors, Suppliers and Others......................................................................................12 Submittalof Bid........................................................................................................................15 Substitute and "Or -Equal' Items...............................................................................................11 00200 - Instructions to Bidders REV 04-07.doc 00200 - ii FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documenls\Master'Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 00200 - Instructions to Bidders REV 04-07.doc 00200-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin0d DocumentsWaster Contract Documents\00200- Instructions to Bidders REV 04-07.doc Rev. 05/01 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or 00200 - Instructions to Bidders REV 04-07.doc 0020.0-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Repacement\t-Admin\Bid Documents\Master Contract Documents\00200 -Instructions to Bidders REV 04-07.doc Rev. 05/01 unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the ENGINEER (Richard B. Szpyrka, P.E. (772-226-1221), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 [This paragraph has been deleted intentionally] 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR (772) 226-1234, TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; 00200 - Instructions to Bidders REV 04-07.doc 00200-3 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 The date, time, and location for a MANDATORY Pre -Bid conference are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasing(aD-ircgov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding 00200 - Instructions to Bidders REV 04-07.doc 00200-4 'F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 -Instructions to Bidders REV 04-07.doc Rev. 05/01 Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety, Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of calendar days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. 00200 - Instructions to Bidders REV 04-07.doc 00200-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid DocumentsWaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal' items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be. supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice - 00200 - Instructions to Bidders REV 04-07.doc 00200-6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Document's\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 13.13 Permits, Licenses, Fees and related requirements A. Contractor's requirements: 1. The CONTRACTOR shall procure all permits and licenses, and give all notice necessary and incidental to the performance of the Work, including but not limited to all: - Building permit(s) for the "IRC Administration Complex Buildings A&B" - Other permits and approvals customarily provided by contractor, or listed within the contract documents. B. In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to the Indian River County in connection with the construction of the Work by the accepted bidder. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be paid by Indian River County, with the exception of re -inspection fees. The Bidder shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in the bid. 00200 - Instructions to Bidders REV 04-07.doc 00200-7 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 -Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The Bid form is to be completed and submitted with the Bid security and the following data: A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships B. Sworn Statement under the Florida Trench Safety Act C. Qualifications Questionnaire D. List of Subcontractors 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27t" Street, Vero Beach, Florida, 32960. 00200 - Instructions to Bidders REV 04-07.doc 00200-8 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 - In'structions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 - AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 00200 - Instructions to Bidders REV 04-07.doc 00200-9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 -Instructions to Bidders REV 04-07.doc Rev. 05/01 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as defined in FS 255.0991 (2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. 19.08 Any actual or prospective bidder or proposer who is aggrieved in connection with the bidding and/or selection process may protest to the OWNER's Purchasing Manager. The protest shall be submitted in writing to the Purchasing Manager within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Public Construction Bond and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bond, unless the Bond has been waived due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * 00200 - Instructions to Bidders REV 04-07.doc 00200-10 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00200 -Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Bid Bond SECTION NUMBER 00310 00430 Sworn Statement on Disclosure of Relationships 00452 Qualifications Questionnaire List of Subcontractors 00456 00458 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07.doc 003001 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\13id Documents\Master Contract Documents\00300 -Bid Package Contents - REV 04-07.doc SECTION 00310 - Bid Form COPY PROJECT IDENTIFICATION: Project Name; INDIAN RIMER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT County Project Number: .1705 Bid Number. 2017040 Project Address: 1800 & 18012r" STREET VERO BEACH, FLORIDA 32960 Project Description: The Project involves the removal and disposal of the existing tile roof system Including bashing, sheet metal, and underlayment down to the existing nailable wood substrate for inspection; remove any moisture contaminated, deteriorated, or damaged nailable substrate and insulation as directed by Owner/Architect; and repair any rusted steel deck before installing new replacement materials; mechanically fastest standing seam metal roof panel clips through the insulation system into the structural steel deck and Install new standings seam metal roof system; provide new sheet metal flashing and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 271' Street VERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, If this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or Indicated in the Bidding Documents for the prices 'and within the times Indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data Identified; in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, ! 1 Addendum pate Addendum Number I 03.21.17 #1 00310 - Bid Form REV 04-07.doo 00310-1 RAPUb is Works"GINEERING DNISION PROJECTSM08 Buildings A& 8 Hoof Rep10WmVrA-AdF4n%d Do"enlsWasler Contmd pocumehtSM10 -Bid Form REV 04.07.doo Rev, OW16101 03.23.17 ##2 B. Bidder has visited the Site and become familiar with and Is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified In the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground f=acilities) at or contiguous to the Site which may affect cost, progress, or performance of the Worn or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the prices) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the Interest of or on .behalf of any undisclosed individual or entity and is not submitted in conOrmity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly Induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 00310 - Bid Forth REV 04-07.doo 00310-2 F:1P W0 Wwks1ENGINEERING DIVISION PR0JECM1705 BulldingsA & B Roo! Replacemsn111=AdminOd DocumentsftslerCenhaG Docwr cnls100310 - Bid Fmm REV 04.07460 Rev. 05116/01 ITEMIZED BID SCHEDULE PROJECT NAME: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT IRC PROJECT NO. 1705 BID NO. 2017040 BIDDER'S NAME: Advanced Roofing, Inc. Item No. Descri tion Unit Quantity Unit Price `Amount BUILDING "A" INSTALL NEW STANDING SEAM ROOF SYSTEM - PROVIDED 001 PER PLANS SET LS 1 $662,855.00 $662,855.00 BUILDING "A" REPLACE EXISTING NAILBASE INSULATION BOARDS WITH 231 Q�b SS A MINIMUM TWO LAYERS OF 1.8" POLYISO INSULATION BOARDS 002 (MINIMUM R-20) SF 53,213 $4.35 $231,475.00 003 BUILDING "A" REPAIR DAMAGED AND RUSTED STEEL DECKING (16 GA) SF 2,000 $12.50 $25,000.00 BUILDING "B" INSTALL NEW STANDING SEAM ROOF SYSTEM - PROVIDED .004 PER PLANS SET LS 1 $581,670.00 $581,670.00 BUILDING "B" REPLACE EXISTING NAILBASE INSULATION BOARDS WITH 2� J A MINIMUM TWO LAYERS OF 1.8" POLYISO INSULATION BOARDS 005 (MINIMUM R-20) SF 46,131 $4.35 $200,670.00 006 BUILDING "B" REPAIR DAMAGED AND RUSTED STEEL DECKING (16 GA) SF 1 2,000 $12.50 1$25,000.00 007 REPLACE DAMAGED OR DETERIORATED WOOD BLOCKING BF 1,500 $2.00 $3,000.00 FORCE ACCOUNT 100,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL $1,829,670.00 l r uta,(,,1 I.4o TOTAL PROJECT BID AMOUNT IN WORDS One Million Eight Hundred Twenty Nine Thousand Six Hundred Seventy Dollars NOTE: IF THERE IS A DISCREPENCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. LS = LUMP SUM SF = SQUARE FEET' BF = BOARD FEET 00310-3 F.1Public WorksNENGINEERING DIVISION PROJECTS%1705 Buildings A 6 B Roof Replacement\1-Admin0ld DocumentsWlasler Contract DocumentsUtemhed Bid Schedule IRC No 1705As 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.6 of the General Conditions. 0.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.6 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specked, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of Bid Bond S. Itemized Bid Schedule; C. Sworn Statement under Section 105.06, Indian River County Code, on Disclosure of Relationships; D. Qualifications Questionnaire; E. list of Subcontractors 6.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on March 29 , 20 17 , State Contractor license No. 000024413 If Bidder is: S -Corporation, Roofing Contractor 00310 - Bid fort REV 04-07.doo 00310-4 i FAK"1DVd0f 1FNGINEERINGDMSf0NPRDJECTS7170S&,,'IdingsA&a RodRep%mmendl-AdmihteldDDCumenlsUAU(erCordr00D)Vjn*nt9%=10-Bid For)REV 04-07.doo An Individual Name (typed or printed): N/A By. (SEAL) (Individual's signature) Doing business as: Business address: Phone No.: Email: ,A Partnership Partnership Name: N/A FAX No.: By: (Signature bf general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No.: Email: A Corporation (SEAT,) Corporation Name: Advanced Roofing, Inc, (SEAL..) State of Incorporation: _ Florida Type (General Business, Professional, Service, Limited Liability): Roofing, Professional Corporation By. .�. _ I? -- (Signature - attach evidence of authority to sign) Name (typed or printed): Robert P. Kornahrens 11fle: President/ Owner Secretary Attest (Signature of Corporate iei rornanrens, Business address: 1950 NW 22nd Streets Fort Lauerdale, FL 33311 Phone No.: 954) 522-6868 - FAX No.:. (954) 522-2967 Email: MichaelK(@AdvancedRoofing.com Date of Qualification to do business Is 110812017 0 (CORPORATE SEAL) RO GOgI'0 ►SEAAE� .1983 n A Joint Venture 00310 - Bid Form REV 04-07.doc 00310-5 F:IPab9v Wo&%kENGINEBRING DIVISION PROJECTS11705 B:uldlnos A& 8 RcoY Ro*cemen[k1-AdminWjd DocumenlsWasleeCenhei D=m&*'a0310-Bid Farm REV 04VADc Joint Venture Name: N/A (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) } Name (typed or printed): Title: Business address: Phone No.: FAX No.: Joint Venture Name: (SEAL) By. (Signature — attach evidence of authority to sign) Name (typed or printed): Title: _ Business address: Phone o.: FAX No.: Email: Phone and FAX Number, and Address for receipt of official communications: (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * 00370 - Bid Form REV 04-07.doc 00310-6 F.VubAc W4i1RstENGINEER;NG DIVISION PROJEMSM05 SuUngs A S 5 Roo! Replaoementk1-Admfn%Bid OocumentsWasir, C011ad 00cument %0M10 -8;d Form REV 04-07,dm CONTRACTOR: (Xiatte, legalmalavandaddrag) Advanced Roofing,lnc. 1950 NW 22ND Street Fort Lauderdale, FL 33311 OWNER: (Nance. legal status and addrrss) Document A310 TM - 2010 Conforms With The American Institute of Architects AIA Document 310 SURETY: (Monte, legal xtatas mrd prfnciptil place orf htnliwv.v) The Guarantee Company of North America USA One Towne Square, Suite 1470 Southfield, MI 48076 This document has important legal consequences. Consultation Mailing Address for Notices with an attorney Is encouraged with respect to its completion or modification. Indian River Board of County Commissioners 1801 27th Street Vero Beach, FL 32960 BOND AMOUNT: $ 5% Five Percent of Amount Bid Any singular reference to Contractor, Surely, Owner or other party shall be considered plural where applicable. PROJECT: Dante, locollorroradt/wn andl'mJectuatuher, ljaro) Bid No. 2017040 / Project No. 1705 - Indian River County Administration Complex Bldgs. A & B Roof Replacement Located at 1800 & 1801 27th Street, Vero Beach, FL 32960 The Contractor and Surety are bound to die Owner in the amount sct forth above, for the payment of which the Contactor and Surety bind themselves, their heirs, oxocutom administrators, successors and assigns, jointly and severally. as provided herein. The conditions of this Bond aro such .that if the Owncr accepts the bid of the Contactor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contactor, and tiie Contractor either (1) enters into a contract with the Owner in accordance with the temps of such bid, and gives such bond or bonds as nay, be specified in the bidding or Contact Documeu% with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful perforniance of such Contact and for the prompt payment of labor and material furnished in die prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Ovviier may in good faith contract with miother laity it) perfiorm the work covered by said bid, then this obligation shall be null and void, othernise to remain in full force and ellect. The Surely hereby waives any notice of an agreement between the Owner and Contactor to extend the Onto in which die Owner may accept the Md. Waiver of native by the Surety shall not apply to any extension exceeding sixly (60) days in the aggregate beyond die time for acceptance of bids specilied in the bid documents, and [tic Owner and Gmlructor shall obtain the Surelyrs consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractors bid to a Contactor, the term Contactor in this Bond shall bo docnned to be Subcontractor and the term Ow mcr shall be deemed to be Contractor. When this Mond has been furnished to comply vvith a statutory or other legal requirement in the location of the PrajecL any provision in this Bond conflicting with Said statutoryor legal requirement shall be deemed deleted hererrom and provisions conromming to such statutory or' other legal requirement sliall be deemed incorporated herein. When so furnished, the intent is that this Band shall be construed as a statutory• bond and not as a common law timid. Signed and scaled this 6th .day of March, 2017. Z— (11 mess) Michael `Kornahrens, V. P. (lfrfhtesvy S-00541AS 8110 Advanced Roofing,lnc. (Principal) (Sea/) By: mile) Robert P. Kornahrens, President The Guarantee Company of North America USA (Slowly) (Seal) By: (Tolle) Michael Marinottr�orneyiin The Cm lizel,gec'Ll Comp-aitV (Iii,Nolttr ttlsl"('at',: (Iia POWER OF ATTORNEY .lilthhol(i.Ail( Ill., . KNOW ALT. SY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA• a cut puiation utyanrzu'd atut existilq uliler the taws of the State Of Mlcfwgan, having its principal office in Southfield, Michigan, does hereby constitute and appoint • fMicitael Marino, William Grete Grilfln, Iorre Iayfor, Ricardo Uavtlu Wilat American Giabal LLC its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as Surely, any and all bunds Lmd undeilakiigs conhacts til Indemnity and other writings obhigaloy in the nature thereof, whfclh are or may be allowed, required or Ixnniiled by law, slahte, rule, n hiulnhcxt, cxrnfrua OI otherwise. The execution of surd' insb•unienl(s) in pursuance of Illese presents, Sltall be as binding upon THE GUARANTEE COMPANY Of- NORTH AMERICA USA as fully and amply, to all intents acid purposes, as if the Saine had been duly executed and ;acknowledged by its regularly ulucted priulhcrls at tui nc;ipal uffiW. tile Power u1 /Uluutcy is execated a"d "fay be cerlilied So, and allay be levuked, pursuaul to aril by authunly of /dile lit, r;uCliun J.UJ til the Uy -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meelillrj held un the a 1'" day of Uuuendxa, 2UUs The President, of, any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority; 1. To appoint Attorney(s)-iii-fact, and to authorize tilt:"' to execute on behalf of the Uunipany, and attach Ilse Send of lht- Uulupalty Ihelelu, bonds and undertakings, ccxttracls of indemnity and otherwritings obligatory in the nature theleut; and 2. To revoke, at arty time, any such Allonley4ii-fact and revoke the authority give,,, except as provided below 3. hl connection wits obligations in favor of the Florida Department of Transportation only, It Is agreed that the power and millaility Ireteby give to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates un ellgilvx;dixj and it consbuctiull contracts required by the Stale of Florida Department of Transportation. It is fully undeisluud that consenting to lite slate ul Florida Deparhuent of li'anspurtation maldng payment of the final estintate to the Cuntractor and/or• its assignee, shill nut leheve tins surety conparty of any of its obligations under Its botld. 4. In connection with obligations in favor of the Kentucky Department of Highways Wily, It Is agreed that the power end authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written pemontal notice of such intent has bceo yiven to the Corunlssluuer - Deparintenl of Highways of the Coninouweath of Kentucky at least thirty (30) days prior to file ,to dihcalion or levocation. Fwllier, this Power of Altoimy Is skjned and sealed by tacsin'te pursuant la resolullun of the; Board of Ditecturs of the Cunq;ally adulil"d al a ureebrtg duly called and held on the 6th day of Decennber 2011, tit which the following Is a true excerpt: RESOLVED that file signature ut any authorized officer .ltd til; seal of the Company utay be affixed by facsunle to airy I"Owel Of Allotuy ul retbhcah(xt thereof authociziug tfre execution and delivery of any bund, undertaking, contracts of indemnity and other wlftfngs oblrgatury un rbc natuir, lhrieu{, and such signature and seal when so used shall have the same force and effect as lhuugh manually affixed. IN WITIJFSS v%Air-wnr, THE GUARANTr_F r0MI''ANY OF NORTH AlwiERICA USA ha: ,»,,,,;,,,1 fluff urn;nnnu lit to h, :;rgw,d tout Fp ,'' ^•ti ,, Its uoriwrate seal to be affixed by its aumort/ed officer, ails X'"'day of Uctubaa, THE GUARANTL=C- COMPANY OF NORTH AMERICA USA �'NAUIf'71'' STATE OF MICHIGAN Stephen C. Ruschak, President It, Chief Operating OfFCer Ra"dill 1{Ilussulnia", Sucrulary County of Oakland On fills 2nd day of Octuber, 2015 belutt me Came Hie irdiviluais wliu executed the pieceduhg lnsuunlenl, to ine peisullally kiiuwn, and bruq{ by Ill,-, duly swum, said trial eacli is the herein described and authorized office, of The GUarailtee Curtlpany or th Amenue USA; llud Ill" seal utlixr 1Jurxto said innt suuenl is life Corporate -Seal of said Curripatiy; Intal the Corporate Seal attd each sic3nuturo were duly affixed by under ul the Uoatd of 01, I i) s til Cynthia A. Tskai IN WI'T'NESS WHEREOF, I have herermtu set lily hl+nd al Ihr: (;u:umdue ^, :\u.A,:.4 /Votary Public, State ofNtichiga+i Company of North Anherica USA utter the day and year abler, wrlten. COuntY Of Oakland My Cornrnission Expires February 27, 2Ofe /7 Acting In Oats/and County I, Randall Musselutati, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, du hereby ceruly brat Tile above all(, torr juIlK IS a nue and corrracl copy Of a Power of Alton ley executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, whicIl is still In lull Curt u. Hind infect IN WITNESS WI IERLOI-, I have (hereunto set lily hand and altached Tile seal ut said Company ris day ay of R rl I y tl•MU��� l 2dS1 ij K, kaudefl Mussolmaay Swa'uawy r SECTION 00452 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2017040 for I DL4N RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT 2. This sworn statement is submitted by: Advanced Roofing, Inc. (Name of entity submitting Statement) whose business address is: 1950 NW 22nd Street, Fort Lauderdale, FL 33311 3. My name is Robert P. Kornahrens (Please print name of individual signing) and my relationship to the entity named above is Owner/President 4. I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information. and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] j X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any I relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. j 00452-1 FAPublic WorksIENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replaoemenhi-Admin\Bid DocumentsWaster Contract Documents\00452 Disclosure of Relattonshlps.doc The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee N/A voo�tiuuuntua���i GpgP �{' `• SEAL 1983 '.� . O1RI� P•' • �.� STATE OF Florida COUNTY OF Broward ,�12 �, (Signature) 03.29.17 (Date) The foregoing instrument was acknowledged before me this 29 day of _ March 2017, by Robert P. Kornahrens who is personally known to me or who has produced as identification. OTARY PUBLIC SIGN: P Williams Notary Public, State at large My Commission Expires: 08.24.17 (Seal) 1�'Y erg FAITH W WAMS MY COMMISSION 0 FF 040175 EXPIRES: August 24, 2017 ' Qf Bonded Thru Notary Pubric Underwdten: 00452-2 FAPubiic Works\ENGINEERING DIVISION PROJECTS\1705 Bulldings A & B Roof Replacement\1-Admin\Bid DocumentsWaster Contract Documents\00452 Disclosure of Relagonships.doc SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: 1705 Project Name: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT 1. Bidder's Name /Address: Advanced Roofing, Inc. 1950 NW 22nd Street, Fort Lauderdale, FL 33311 2. Bidder's Telephone & FAX Numbers: (954) 522-6868 phone / (954) 522-2967 fax 3. Licensing and Corporate Status: a. Is Contractor license current? Yes b. Bidder's Contractor License No: CCCO24413 [Attach a copy of Contractor's License to the bid] c. Attach documentation from the State of Florida Division of Corporations that Indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 33 5. What is the last project OF THIS NATURE that the firm has completed? See attached project list 6. Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No There have been no violations in the previous three years. See attached OSHA 300 logs. Further information can be provided upon request. 00456 - Qualftations Questionnaire.doc 00456 -1 FAPublio WorksNENGINEEMNG DIVISION PROJECTSl1705 BulldinBs A& B Roof Noacemenfll-AdminUNd DocunientsWaster ContmdDocuments100456 - QueBOoetlons QuesUannalm.doc [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes (in the case of a be, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. 12. Has the firm ever defaulted on any of its projects? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's cur nt workload and that demonstrates its ability to meet the project schedule. See attached Current Workload 14. Name of person who inspected the site of the proposed work for the firm: & Company background & approach Name: John Peak Date of Inspections: _ 03/15/2017 15. Name of on-site Project Foreman: David Bavtosh Number of years of experience with similar projects as a Project Foreman: 29 16. Name of Project Manager: Jessica Kornahrens Number of years of experience with similar projects as a Project Manager. 15 17. State your total bonding capacity: 40 million per proiect / 150 million aggregate 18. State your bonding capacity per job: 40 million per project 19. Please provide name, address, telephone number, and contact person of your bonding company. The Guarantee Company of North America, USA (Agent: American Global LLC) 1450 Brickell Avenue, Suite 1400, Miami, FL 33131 Will Griffin 305-351-9153 [The remainder of this page was left blank intentionally] 00456 - QuaftaHons Questionnalre.doc 00456 - 2 RAPublic WorkslENGINEERING DIVISION PROJECM1705 Buildings A & B Roof ReplacemenAl-AdminWol DocurnenksUmter ConVed DoamenIA00456 -Qualifications Questionnelre.doc O 0 Ay Cf 2 i 0 o Fk 3 Q c 0 0 s LL C 0 ca O CL 0 (o L. CLCD v E OW (D C 0 O 41 u Au a E u 0 Z m (U O 0 Ay Cf 2 i 0 o Fk 3 Q [NOTE: If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contractor.) By: (Signature) Robert P. Kornahrens, President 03/29/20 . 17 (Position or Title) END OF SECTION * * (Date) %- -.1 ,%01:�Q R004�1!*, ........ . Vol SEAL 1983 00456 - QuaffficaVons Quesdonnalre.dou 00456-4 RAPubfic WbftVNGINEERING DMSION PROJECM1705 Buldings A& 8 Roar Roplaomnardl-Adtninfad DocUrnentsWaster Contract DocurnentsW456 -Quallficogons Ouestionnalre.doc r SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, changes or substitutions will not be allowed unless approved by Indian River County after a j request for such a change has been submitted in writing by. the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate ! of Competency. i= Documentation Submitted with Project No. 1705 for INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDING A & B ROOF REPLACEMENT Work to be Performed Subcontractor's Name/Address 1. N/A N/A i. 2. 3. t' 4. 5. 6. 7. 8. 9. i 10. I 11. I 12. 13. 14. I 15. ' 16. 17. Note: Attach additional sheets if required. * * END OF SECTION 00458 - Ust of Subcontractors REV 04-07.doc 00458-1 ; Pftbffc W orWENGINEERING MIS(ON PROJECM1705 Buildings A& B Roof P*lecemen8l-AdminIald DocumentslMasler Contract Dmuments=458 • List of Subcontractars REV 04-07doc 1 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION y CONSTRUCTION INDUSTRY LICENSING BOARD -- _ 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 KORNAHRENS, ROBERT P ADVANCED ROOFING INC 1950 NORTHWEST 22ND STREET FORT LAUDERDALE FL 33311 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalleense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF..: BUSINESS AND PR017 SSIQNL REGULATION CCCO24413 16SUE '41..07/28/2016 ar ( CERTIFIED ROOIyf33�NTRACTQR KORNAHRENSQB�R`1,�? ADVANCED ROOFING,1�� IS CERTIFIED under the provislons of Ch.488 FS. J. Expl*on.dete : AUG 31.2018 0607280001478 (850) 487-1395 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CCCO24413 1-77 he. ROOFING CONTRACTOR 1: IYCut lulu UGIUYY IV VGf111rICU Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 YY ' KORNAHRENS, ROBERT Q� ADVANCED ROOFING INCA 1950 NW 22ND. STREET......'`�� ■ FORT LAUDERDALE`' ..'L 33311 Y" ISSUED: 07/28/2015 DISPLAY AS REQUIRED BY LAW sen# L1607280001478 " - - STATE OF FLORIDA a Yg DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION -� CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 KORNAHRENS,ROBERT P ADVANCED ROOFING INC 1950 NORTHWEST 22N D STREET FORT LAUDERDALE FL 33311 Congratulations With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR (850) 487-1395 .� STATE OF FLORIDA 4 1,71 DEPARTMENT OF BUSINESS AND PROFESSI"iL REGULATION CGC1507377 s 'SSUEDti 07/28/2016 CERTIFIED GENRLaQN1 RiAC1R KORNAHRENS-:-k- 6 �T' � ADVANCED ROOFINGIN `- IS CERTIFIED under the provisions of Ch.488 FS. Expiration date : AUG 31, 2018 L1 607 2600017 98 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CGC1507377 rhe GENERAL CONTRACTOR 1\GIIIGu ucwvv ro vr..� III IGu Under the provisions of Chapter 489 FS. Expiration date. AUG 31, 2018 ki KORNAHRENS, ROBERT Pn } ADVANCED ROOFING INOL", :... 1950 NORTHWEST 22ND STREET FORT LAUDERDALE `" RL 33311 ISSUED: 07/28/2016 DISPLAY AS REQUIRED BY LAW SEQ # L1607280001798 STATE OF FLORIDA ..- DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .. .......: CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 KORNAHRENS, THOMAS MICHAEL ADVANCED ROOFING, INC. 832 NORTH VICTORIA PARK ROAD FORT LAUDERDALE FL 33304 Congratulationsl With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please tog onto www.myfloridalleense.com. There you can find more information about our divisions and the regulations that Impact you, subscribe to department newsletters and team more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business In Florida, and congratulations on your new license! (850) 487-1395 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF .BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION. INDUSTRY LICENSING BOARD. The CL Named Under 1 low IS CERTIFIED provisions of Chapter 489 FS. date: AUG 31, 2018 ISSUED: SEQ # 1-1611150001287 STATE OF FLORIDA : - DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD s-_ 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 MOLLAN, SCOTT NICOLSON ADVANCED ROOFING INC 1950 NW 22ND STREET FT LAUDERDALE FL 33311 Congratulationsl With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For Information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR CAC046188 (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CAC046188 "4,,ISSUED: 08/16/2016 CERTIFIED Alk.&NO CONTR MOLLAN, SCOTT NICbLSON,;a ,_ ADVANCED ROO•PINGINC,Y fi- IS CERTIFIED under the provisions of Ch.489 FS. Expirafron date : AUG 31.2018 L1608160002MI DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD Tw SEQ # L1608160002081 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 SOCKMAN, CLINTON ALAN ADVANCED ROOFING INC 1950 NW 22ND STREET FORT LAUDERDALE FL 33311 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myforidalleense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Departments initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR (850) 487-1395 ►� STATE OF FLORIDA DEPARTMENT:OF BUSINESS AND �y PROFES;SIO1L 13EGULATION CVC56792�SU.E`13 :.07/28/2016 ji .y CERTIFIED SOIi CCl`bR `.' SOCKMAN, LI_ ADVANCED ROOFING R�.. IS CERTIFIED under the provisions of ChAa9 FS_ Expiratlo date, : ,AUG 31, 2018 L1607280002180 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 314=10 ;VaUAH CVC56792 rhe SOLAR CONTRACTOR Ivamea Deiow Is utK I IFItu Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 201$ SOCKMAN, CLINTON ALAN ADVANCED ROOFING IN4 t 1950 NW 22ND STREET kf -U- ki_ FORT FORT LAUDERDALE '=AFL 33311 n aq % o - F i .•, , .� i 3L ISSUED: 07/28/2016 DISPLAY AS REQUIRED BY LAW sEQ # L1607280002180 Detail by Entity Name Pagel of 3 Florida Department of State DIVISION or CORPORATIONS tI. F�,��',1f1�/%`�►�ii I����I�tf } '!�`,�'Ir"I(�(•)� Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation ADVANCED ROOFING, INC. Filing Information Document Number G65116 FEI/EIN Number 59-2360591 Date Filed 10/08/1983 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 06/28/2001 Event Effective Date NONE Principal Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Malling Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Registered Agent Name &Address KORNAHRENS, KEVIN 1950 NW 22ND STREET FORT LAUDERDALE, FL 33314 Name Changed: 04/29/2015 Address Changed: 0429/2015 Officer/Director Detail Name & Address Title PSD Komahrens, Robert 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype--Entity... 3/29/2017 Detail by Entity Name Title Treasurer, VP Kornahrens, Kevin 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Title VP CARRUTH, JASON 200 NORTHSTAR COURT SANFORD, FL 32771 Title VP Kornahrens, Michael 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Annual Reports Report Year Filed Date 2016 04/26/2016 2016 11/29/2016 2017 02/21/2017 Document Images 02/21/2017 — ANNUAL REPORT 04/26/2016 — ANNUAL REPORT 01/22/2016 — Off/Dir Resignation 04/29/2015 — Reg. Agent Change 04/10/2015—ANNUAL REPORT 03/12/2014 — Reg. Agent Change 02/28/2014 — ANNUAL REPORT 01/22/2013—AMFNnFn ANNI IA 01/17/2013—ANNUAL REPORT 03/06/2012 — Reg. Agent Change 01/04/2012 -- ANNUAL REPORT 02/15/2011 —ANNUAL REPORT 01/27/2010 — ANNUAL REPORT 05/05/2009 —ANNUAL REPORT 03/09/2009 — ANNUAL REPORT 02/28/2008 — ANNUAL REPORT 02/06/2007 — ANNUAL REPORT 02/17/2006 — ANNUAL REPORT 05/03/2005 — ANNUAL REPORT 03/17/2004 — ANNUAL REPORT View Image In PDF format View image in PDF format View image in PDF format View Image in PDF format View image In PDF format View image in PDF format View image in PDF format .View image In PDF format View Image In PDF format View image in PDF format View image in PDF farnat View image in PDF format View image in PDF format' rView image in PDF format View image in PDF format View Image in PDF formal Page 2 of 3 http://search. sunbiz.org/Inquiry/CorporationSearch/SearcbResultDetail?inquirytype--Entity... 3/29/2017 Advanced Roofing, Inc. and Affiliates Consolidated Financial Report December 31, 2015 Contents Independent auditor's report 1-2 Financial statements Consolidated balance sheets Consolidated statements of income 4 Consolidated statements of comprehensive income 5 Consolidated statements of changes in stockholders' equity 6 Consolidated statements of cash flows 7 Notes to consolidated financial statements 8-20 Independent Auditor's Report To the Board of Directors Advanced Roofing, Inc. and Affiliates Fort Lauderdale, Florida S R A I SM US LLP Report on the Financial Statements We have audited the accompanying consolidated financial statements Advanced Roofing, Inc. and affiliates which comprise the consolidated balance sheets as of December 31, 2015 and 2014, and the related consolidated statements of income, comprehensive income, changes in stockholders' equity and cash flows for the years then ended and the related notes to the consolidated financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these consolidated financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. Auditor's Responsibility Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting principles used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our qualified audit opinion. THE POWER OF BEING UNDERSTOOD AUDIT I TAX I CONSULTING RSMUS_. F..—LA hc'n::rar.�:knl n.�::il.lr;:�o-cro-<,.:u•Llarn�:. V�:il:•;m. �ccnn::uougs'a. ...:rr J:: ...t: cm rt•},aA q:. R5M ,511''a..r: RSM 1..:r.. c.: iw,g Basis for Qualified Opinion The Company has not consolidated the financial statements of Power Panel, Inc. in the accompanying financial statements. Power Panel, Inc. meets the criteria of a variable interest entity for which accounting principles generally accepted in the United States of America require consolidation. If this entity was consolidated, its effects on the Company's consolidated financial position, results of operations and cash flows as of and for the years ended December 31, 2015 and 2014, would be as described in Note 14 to the financial statements. Not consolidating variable interest entities for which the Company is the primary beneficiary is not in accordance with accounting principles generally accepted in the United States of America. Qualified Opinion. In our opinion, except for the effects of the matter described in the Basis for Qualified Opinion paragraph, the consolidated financial statements referred, to above present fairly, in all material respects, the financial position of Advanced Roofing, Inc. and affiliates as of December 31, 2015 and 2014, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America. , ?sR as "4p Fort Lauderdale, Florida May 18, 2016 2 Advanced Roofing, Inc. and Affiliates Consolidated Balance Sheets December 31, 2015 and 2014 3 2015 2014 Assets (Notes 6 and 7) Current assets: Cash and cash equivalents (variable interest entities restricted - 2015 $4,973,121; 2014 $4,796,031) (Note 13) $ 5,331,046 $ 5,936,042 Accounts receivable, net (variable interest entities restricted - 2015 $473,993; 2014 $3,573,721) (Notes 2, 11, and 13) 12,050,038 14,207,647 Costs and estimated earnings in excess of billings on uncompleted contracts (variable interest entities restricted -2015 $626; 2014 $1,029,494) (Notes 3 and 13) 2,015,557 2,102,737 Inventory (variable interest entities restricted - 2015 $64,530; 2014 $143,016) (Notes 13 and 16) 497,355 472,656 Prepaid expenses and other current assets (variable interest entities restricted - 2015 $433,570; 2014 $277,001) (Notes 10, 13 and 14) 1,074,293 677,874 Total current assets 20,968,289 23,396,956 Property and equipment, net (variable interest entities restricted - 2015 $5,978,507; 2014 $5,372,311) (Notes 5, 7, 13 and 16) 7,400,952 6,711,526 Advances to affiliate (Note 14) 2,012,498 1,325,333 Goodwill, net (Note 16) 475,000 - Other noncurrent assets (variable interest entities restricted - 2015 $256,174; 2014 $444,188) (Note 13) 272,395 459,909 31,129,134 31,89 ,724 Liabilities and Stockholders' Equity Current liabilities: Current maturities of long-term debt (variable interest entities nonrecourse - 2015 $19,685; 2014 $18,477) (Notes 7 and 13) $ 2,249,791 $ 146,944 Accounts payable (variable interest entities nonrecourse - 2015 $144,676; 2014 $960,108) (Notes 12 and .13) 3,996,107 3,193,133 Billings in excess of costs and estimated earnings on uncompleted contracts (variable Interest entities nonrecourse - 2015 $26,591; 2014 $882,845) (Notes 3 and 13) 2,218,587 2,420,891 Distributions payable (variable interest entities nonrecourse - 2015 $851,197; 2014 $851,197) (Note 13) 851,197 851,197 Accrued expenses (variable interest entities nonrecourse - 2015 $262,899; 2014 $645,708) (Notes 8 and 13) 2,265,302 3,076,098 Total current liabilities 11,580,984 9,688,263 Line of credit (Notes 6 and 13) 2,159,364 - Construction joint venture (variable interest entities nonrecourse - 2015 $249,044; 2014 $924,605) (Notes 13 and 15) 249,044 924,605 Other liabilities (Note 8) 100,000 100,000 Long-term debt, net of current maturities (variable interest entities nonrecourse - 2,942,474 3,505,618 2015 $231,292; 2014 $122,345) (Notes 7 and 13) Stockholder note payable (variable interest entities nonrecourse - 2015 $767,460; 2014 $767,460) (Notes 10 and 13) 767,460 767,460 Total liabilities 17,799,326 14,985,946 Commitments and contingencies (Notes 4, 8 and 13) Stockholders' equity: Advanced Roofing, Inc. stockholders' equity -. Common stock, $1 par value; 1,000 shares authorized, 500 shares Issued and outstanding Soo 500 Additional paid -in capital 427,321 427,321 Retained earnings 8,901,007 13,734,187 Total Advanced Roofing, Inc. stockholders' equity 9,328,828 14,162,008 Noncontrolling Interest (Note 13) 4,000,980 2,745,770 Total equity 13,329,808 16,907,778 $ 31,129,134 $ 31,893,724 See notes to consolidated financial statements. 3 Advanced Roofing, Inc. and Affiliates Consolidated Statements of Income Years Ended December 31, 2015 and 2014 2015 2014 Revenues (Notes 11 and 13): Contract $ 70,431,170 $ 64,314,759 Service 5,231,621 4,963,771 Solar panel 10,349 130,118 Total revenues 75,673,140 69,408,648 Cost of revenues (Note 13): Contract 55,585,573 49,818,149 Service 2,956,801 2,901,709 Solar panel 97,951 220,487 Total cost of revenues 58,640,325 52,940,345 Gross profit 17,032,815 16,468,303 Operating expenses (Notes 13,14 and 17) 12,578,082 11,856,780 Operating income 4,454,733 4,611,523 Nonoperating income (expense) (Note 13): Interest income (Note 14) 65,020 47,188 Interest expense (Note 10) (293,237) (230,789) Income (loss) from investment in construction joint venture (Note 15) 571,641 (1,147,160) Other (390,776) (466,927) (47,352) (1,797,688) Net income 4,407,381 2,813,835 Less: net (income) loss attributable to the noncontrolling interest (1,997,386) 423,744 Net income attributable to Advanced Roofing, Inc. $ 2,409,995 $ 3,237,579 . See notes to consolidated financial statements. 4 Advanced Roofing, Inc. and Affiliates Consolidated Statements of Comprehensive Income Years Ended December 31, 2015 and 2014 Net income Other comprehensive loss Foreign currency translation adjustment Comprehensive income Less: comprehensive (income) loss attributable to the noncontrolling interest Comprehensive income attributable to to Advanced Roofing, Inc. See notes to consolidated financial statements. 5 2015 2014 $ 4,407,381 $ 2,813,835 (742,176) (308,113) 3,665,205 2,505,722 (1,255,210) 731,857 $ 2,409,995 $ 3,237,579 Advanced Roofing, Inc. and Affiliates Consolidated Statements of Changes in Stockholders' Equity Years Ended December 31, 2015 and 2014 Advanced Roofing, Inc. Stockholders Additional Common Paid -In Retained Noncontrolling Stock Capital Earnings Interest Total Balance, December 31, 2013 $ 500 $ 427,321 $ 12,157,963 $ 2,981,368 $ 15,567,152 Net income (loss) - 3,237,579 (423,744) 2,813,835 Other comprehensive loss, foreign currency translation adjustments - - - (308,113) (308,113) Contributions - 505,390 505,390 Distributions - - (1,661,355) (9,131) (1,670,486) Balance, December 31, 2014 500 427,321 13,734,187 2,745,770 16,907,778 Netincome - - 2,409,995 1,997,386 4,407,381 Other comprehensive loss, foreign currency translation adjustments - - - (742,176) (742,176) Distributions - - (7,243,175) - (7,243,175) Balance, December 31, 2015 $ 500 $ 427,321 $ 8,901,007 $ 4,000,980 $ 13,329,808 See notes to consolidated financial statements. a N. Advanced Roofing, Inc. and Affiliates Consolidated Statements of Cash Flows Years Ended December 31, 2015 and 2014 Cash flows from operating activities: 2015 2014 Net income $ 4,407,381 $ 2,813,835 Adjustments to reconcile net income to net cash provided by operating activities: Beginning Depreciation 357,342 338,303 Amortization 25,000 - (Gain) loss on sale of property and equipment 14,863 (9,548) (Income) loss on investment In construction joint venture (571,641) 1,147,160 Changes in assets and liabilities: Cash payments for interest $ (Increase) decrease in: $ 230,789 Accounts receivable 1,827,521 374,732 Costs and estimated earnings in excess of billings on Inventory uncompleted contracts (4,581) 1,579,777 Inventory (12,094) 218,253 Prepaid expenses and other current assets (447,819) 283,558 Increase (decrease) in: 500,000 Accounts payable 886,619 (2,181,877) Billings In excess of costs and estimated earnings on 5,000 uncompleted contracts (127,705) (646,922) Accrued expenses (810,796) 438,108 Net cash provided by operating activities 5,544,090 4,355,379 Cash flows from investing activities: 505,390 Decrease in due to affiliate in connection with stockholder contribution Purchase of property and equipment (936,077) (200,841) Proceeds from sale of property and equipment 43,256 15,200 Advances to affiliate (687,165) (423,456) (Increase) decrease in other noncurrent assets 137,924 (232,354) Business acquisition (725,000 Net cash used in investing activities _ (2,167,062) (841,451) Cash flows from financing activities: Stockholders' distributions (7,201,146) (1,165,096) Net borrowing on line of credit 2,159,364 - Proceeds from notes payable 1,900,000 - Repayment of notes payable (360,297) (139,497) Net cash used in financing activities (3,502,079) (1,304,593) Effect of foreign currency exchange on cash (479,945) (91,578) Net increase (decrease) in cash and cash equivalents (604,996) 2,117,757 Cash and cash equivalents: Beginning 5,936,042 3,818,285 Ending $ 5,331,046 5,936,042 Supplemental disclosures of cash flow information: Cash payments for interest $ 293,237 $ 230,789 Assets acquired in a business combination: Inventory $ 12,605 $ - Property and equipment 212,395 - Goodwill 500,000 - Cash paid 5,000 - Supplemental disclosures of noncash investing and financing activities: Decrease in due from affiliate in connection with stockholder distribution $ - $ 505,390 Decrease in due to affiliate in connection with stockholder contribution $ - $ 505,390 Disposal of property and equipment as a stockholder distribution $ 42,029 $ - See notes to consolidated financial statements Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 1. Nature of Business and Significant Accounting Policies Nature of business: Advanced Roofing, Inc. (ARI) is primarily engaged in the re -roofing of commercial and industrial buildings in Florida, as well as limited installations of air conditioning systems and solar roofs. The work is performed under fixed-price contracts, time and materials contracts and fixed-price contracts modified by incentive and penalty provisions. in connection with its normal construction activities, the Company may be required to acquire performance, bid and payment bonds. The surety issuing the bonds has recourse against certain of the Company's assets in the event the surety is required to honor the bonds. The length of the Company's contracts varies but is typically less than one year. Advanced Green Technologies, Inc. and its wholly-owned subsidiaries, 2224555 Ontario Limited, 2224556 Ontario Limited and its affiliates, AGT Canada, Inc. and AGT Solar Investments ULC, are involved in the sale and installation of solar panels in North America. Total sales outside of the United States of America were approximately $10,200,000 and $21,600,000 for the years ended December 31, 2015 and 2014, respectively. AGT Export, Inc. was formed to engage in international sales activity and solely does business with Advanced Green Technologies, Inc. AGT Canada, Inc., AGT Solar Investments ULC and AGT Export, Inc. are affiliates of Advanced Green Technologies, Inc. due to being variable interest entities. Kornahrens Group, LLC, 2100 N.W. 21 Avenue, LLC and Advanced Leasing, Inc. own land, buildings and equipment which are leased to Advanced Roofing, Inc. and Advanced Green Technologies, Inc. A summary of the Company's significant accounting policies follows: Principles of consolidation: The accompanying consolidated financial statements include the accounts of the above named entities, hereinafter collectively referred to as the "Company." All significant intercompany accounts and transactions have been eliminated in consolidation. Advanced Green Technologies, Inc. and subsidiaries and affiliates (AGT), Kornahrens Group, LLC, 2100 N.W. 21 Avenue, LLC and Advanced Leasing, Inc. are variable interest entities (VIEs). The Company has a variable interest in Kornahrens Group, LLC, 2100 N.W. 21 Avenue, LLC and Advanced Leasing, Inc. (leasing entities) because of leasing arrangements and because it provides financial support consisting of long- term guarantees. The Company has a variable interest in AGT because it provides additional financial support to these VIEs. The primary beneficiary of a VIE is the enterprise that has both: (1) the power to direct the activities of the VIE that most significantly impact the entity's economic performance, and (2) the obligation to absorb losses or the right to receive residual returns that potentially could be significant to the VIE. The Company has determined ARI to be the primary beneficiary of these VIEs. See Note 13 for additional information regarding the Company's consolidated VIEs. Accounting estimates: The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Revenue and cost recognition: Revenues from fixed-price and modified fixed-price construction contracts are recognized on the percentage -of -completion method, measured by the percentage that incurred costs to date bear to estimated total costs for each contract This method is used because management believes total incurred costs to be the best measure of progress on these contracts. Revenues from time and material contracts are recognized as the work is performed. Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 1. Nature of Business and Significant Accounting Policies (Continued) Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as labor, supplies, equipment rental, subcontractors and repairs. Selling, general and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions and estimated profitability, including those arising from contract penalty provisions, and final contract settlements may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Profit incentives are included in revenue when their realization is reasonably assured. An amount equal to contract costs attributable to claims is included in revenue when realization is probable and the amount can be reliably estimated. The asset "costs and estimated earnings in excess of billings on uncompleted contracts" represents revenues recognized in excess of amounts billed. The liability "billings in excess of costs and estimated earnings on uncompleted contracts" represents billings in excess of revenues recognized. Service revenue: Service revenue is recognized when the service is performed. Solar panel revenue: Revenue from solar panel sales is recognized upon shipment to the customer. Cash and cash equivalents: For purposes of the statement of cash flows, the Company considers highly liquid short-term investments with maturities of approximately three months or less as of the date of purchase to be cash equivalents. The Company maintains its cash and cash equivalents in bank deposit accounts which, at times, may exceed federally -insured limits. The Company has not experienced any losses in such accounts. Accounts receivable: Accounts receivable are carried at the original charge amount, less an estimate made for doubtful receivables based on a review of all outstanding amounts on a monthly basis. Management determines the allowance for doubtful accounts by identifying troubled accounts and by using historical experience applied to an aging of accounts. Accounts receivable are written off when deemed uncollectible. Recoveries of accounts receivable previously written off are recorded when received. An account receivable is considered to be past due if any portion of the receivable balance is outstanding for more than 30 days. In accordance with industry practice, contract receivables included retainages (holdbacks). Inventory: Inventory consists of solar panels and other related inventory as well as construction materials and supplies that have not been assigned or charged to specific contracts and are stated at the lower of cost (first -in, first -out basis) or market. Property and equipment; Property and equipment is carried at cost and depreciation is provided using the straight-line method over the following estimated useful lives: Years Buildings and improvements 5-39 Equipment 5-7 Vehicles 5-7 Furniture and fixtures 5-7 �9 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 1. Nature of Business and Significant Accounting Policies (Continued) Investment in construction joint venture: The Company is accounting for its 49% investment in a construction joint venture by the equity method of accounting, under which the Company's share of net income or loss (50%) of the construction joint venture is recognized as income or loss in the Company's consolidated statements of income and added to the investment account, and distributions received from the construction joint venture are treated as a reduction of the investment account (see Note 15). Advertising: The Company expenses advertising costs as incurred. Advertising costs amounted to $362,220 and $307,565 for the years ended December 31, 2015 and 2014, respectively. Income taxes: Advanced Roofing, Inc., Advanced Leasing, Inc., Advanced Green Technologies, Inc. and AGT Canada, Inc., with the consent of their stockholders, have elected to be taxed under the Internal Revenue Code as S Corporation. The members of Kornahrens Group, LLC and 2100 N.W. 21 Avenue, LLC have elected to be taxed as limited liability corporations. AGT Export, Inc. has elected to be taxed as an Interest Charge — Domestic International Sales Corporation (IC DISC). Accordingly, the stockholders and members are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for income taxes has been included in the consolidated financial statements for these entities. The Company has and will continue to make distributions, on a pro rata basis, at least sufficient to assist the stockholders and members in paying personal income taxes on the distributable taxable earnings of the Company. AGT Solar Investments ULC, 2224555 Ontario Limited and 2224556 Ontario Limited are subject to taxation in foreign jurisdictions. The Company recognized $545,422 and $366,362 in foreign income taxes for the years ended December 31, 2015 and 2014, respectively, which are included in other nonoperating expenses. Translation of foreign currency: The Company has determined that the functional currency of its international affiliates is the local currency of each affiliate. Therefore, the assets and liabilities denominated in the local currency are translated to the United States dollar at the rate of exchange at the balance sheet date, and the revenues and expenses denominated in the local currency are translated to the United States dollar at average rates of exchange during the period. Any foreign currency transaction gains and losses, resulting from transactions denominated in a currency different than the local currency, have been reflected as a component of the Company's results from operations and the foreign currency translation. gains and losses have been included as a component of other comprehensive loss within noncontrolling interest in the consolidated statements of changes in stockholders' equity. Business combinations: In accounting for a business combination, the purchase price paid for the acquired company is allocated to the net assets acquired based on their estimated fair values. Management estimates these fair values based upon assumptions they believe to be reasonable. These estimates are based on historical experience and information obtained from the management of the acquired company. Transaction costs are expensed as operating expenses when incurred and when the related services have been received. Goodwill: Goodwill is recognized for the excess of the fair value of an acquired entity over the amounts assigned to identifiable assets acquired and liabilities assumed in a business combination. Amortization of goodwill is recognized on a straight-line basis over a period of ten years. The Company tests its recorded goodwill for impairment upon a triggering event. Factors that could trigger an impairment test include, but are not limited to, underperformance relative to historical or projected future operating results, significant changes in the manner of use of the acquired assets or the overall business and significant negative industry or economic trends. Impairment of goodwill is tested using a fair -value approach at the entity level. No indications of impairment were identified during the year ended December 31, 2015. 10 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 1. Nature of Business and Significant Accounting Policies (Continued) Recent accounting pronouncements: In January 2014, the Financial Accounting Standards Board (the FASB) issued guidance which permits a private company to elect an alternative to amortize goodwill on a straight-line basis over a period of ten years, or less if the company demonstrates that another useful life is more appropriate. It also permits a private company to apply a simplified impairment model to goodwill. Under the goodwill accounting alternative, goodwill should be tested for impairment when a triggering event occurs that indicates that the fair value of a company (or a reporting unit) may be below its carrying amount. A private company that elects the accounting alternative is further required to make an accounting policy election to test goodwill for impairment at either the company level or the reporting unit level. The Company adopted the alternative accounting approach for the year ended December 31, 2015. In December 2014, the FASB issued guidance which permits a private company to elect an alternative for recognizing or otherwise considering the fair value of identifiable intangible assets acquired as a result of certain specified transactions, including business combinations. An entity that elects this accounting alternative should no longer recognize separately from goodwill: (1) customer -related intangible assets unless they are capable of being sold or licensed independently from the other assets of the business, and (2) noncompetition agreements. An entity that elects this accounting alternative must also adopt the private company alternative to amortize goodwill. The Company adopted the alternative accounting approach for the year ended December 31, 2015. In May 2014, the FASB issued new accounting guidance for the recognition of revenue from contracts with customers. This guidance outlines a single comprehensive model for companies to use in accounting for revenue arising from contracts with customers and supersedes most current revenue recognition guidance, including industry -specific guidance. The core principle of the revenue model is that revenue is recognized when a customer obtains control of a good or service. A customer obtains control when it has the ability to direct the use of and obtain the benefits from the good or service. Transfer of control is not the same as transfer of risks and rewards, as it is considered in current guidance. The new guidance will also need to be applied to determine whether revenue should be recognized over time or at a point in time. This new guidance will be effective for annual reporting periods beginning after December 15, 2018, and permits the use of either a full retrospective or retrospective with cumulative effect transition method. The Company has not yet selected a transition method and is currently evaluating the effect that the updated standard will have on the consolidated financial statements. In February 2016, the FASB issued its new lease accounting guidance. Under the new guidance, lessees are required to recognize lease assets and lease liabilities on the balance sheet for all leases with terms longer than twelve months. Leases will be classified as either financing or operating, with the classification affecting the pattern of expense recognition in the income statement. The new standard is effective for fiscal years beginning after December 15, 2019, with early application permitted. A modified retrospective transition approach is required for lessees for capital and operating leases existing at, or entered into after, the beginning of the earliest comparative period presented in the financial statements. The Company is currently evaluating the effect that the updated standard will have on the consolidated financial statements. Subsequent events: Management has evaluated subsequent events through May 18, 2016, which is the date on which the consolidated financial statements were available to be issued. 11 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 2. Accounts Receivable Accounts receivable as of December 31, 2015 and 2014, consist of the following: Service work Contracts in progress Retainage Less allowance for doubtful accounts 2015 2014 $ 1,021,993 $ 968,212 10,336,126 12,077,276 859,013 1,392,263 12,217,132 14,437,751 167,094 230,104 $ 12,050,038 $ 14,207,647 Note 3. Costs, Estimated Earnings and Billings on Uncompleted Contracts Information regarding uncompleted contracts as of December 31, 2015 and 2014, is as follows: Total amount of contracts in process Costs incurred on uncompleted contracts Estimated earnings Less billings to date 2015 2014 $ 85,364,403 $103,112,486 $ 41,108,894 $ 61,926,485 10, 534, 583 14, 89 6,359 51,643,477 76,822,844 51,846,507 77,140,998 (203,030) $ (318,154) .Included in the accompanying consolidated balance sheets under the following captions: 2015 2014 Costs and estimated earnings in excess of billings on uncompleted contracts Billings in excess of costs and estimated earnings on uncompleted contracts 12 $ 2,015,557 $ 2,102,737 (2,218,587) (2,420,891) $ (203,030) (318,154 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 4. Backlog Following is a reconciliation of the backlog of signed contracts as of December 31, 2015 and 2014: Contract revenues: Balance of signed but unperformed work, beginning of year New contracts and change orders during the year Less contract revenues earned during the year Balance, end of year Cost of contract revenues: Balance of signed but unperformed work, beginning of year New contracts and change orders during the year Less cost of contract revenues earned during the year Balance, end of year Note 5. Property and Equipment 2015 2014 $ 26,289,642 $ 31,116,744 77,862,454 59,487,657 104,152,096 90,604,401 70,431,170 64,314,759 $ 33,720,926 $ 26,289,642 $ 21,571,895 $ 24,824,743 61,477,968 46,565,301 83,049,863 71,390,044 55,585,573 49,818,149 $ 27,464,290 $ 21,571,895 Property and equipment consist of the following as of December 31, 2015 and 2014: Land Buildings and improvements Equipment Vehicles Furniture and fixtures Less: accumulated depreciation 2015 2014 $ 3,581,796 $ 3,581,796 3,578,894 3,674,943 4,292,344 4,066,337 4,303,068 4,035,458 301,816 270,005 16, 057, 918 15, 628, 539 8,656,966 8,917,013 $ 7,400,952 $ 6,711,526 Note 6. Line of Credit The Company has a line of credit that allows for maximum borrowings of up to $7,500,000, limited to eligible accounts receivable, inventory, and equipment, as defined in the agreement. There is a $500,000 sub -limit under the line for the issuance of letters of credit (see Note 8). The line accrues interest at the one-month LIBOR plus 2.85% (3.09% as of December 31, 2015) and matures on June 23, 2017. The line of credit is secured by the assets of the Company and is guaranteed by the Company's stockholders. As of December 31, 2015, the balance outstanding on the line was $2,159,364. As of December 31, 2014, there was no balance outstanding on the line. The line of credit requires maintenance of certain ratios of combined debt service coverage and tangible net worth. The line of credit also includes covenants restricting stockholder distributions and compensation. 13 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 7. Long -Term Debt and Pledged Assets Long-term debt, and collateral pledged thereon, consists of the following as of December 31, 2015 and 2014: 2015 2014 Note payable to a financial institution, payable in monthly installments of principal and interest of $2,923, with interest at 6.35% through July 2025, collateralized by an airplane with no net book value and guaranteed by the Company's stockholders. $ 250,977 $ 269,289 Note payable to a financial institution, payable in monthly installments of principal and interest ranging from $4,800 to $5,600 through May 2018, at which time a balloon payment of $1,411,100 is due, with interest at the one- month LIBOR plus 2.75% (2.99% as of December 31, 2015), collateralized by land and building with a net book value of approximately $3,120,000 and guaranteed by the Company's stockholders. (a) 1,563,500 1,624,900 Note payable to a financial institution, payable in monthly installments of principal and interest of $13,618, with interest at 5.5% through July 2016, at which time a balloon payment of $1,685,843 is due, collateralized by land and building with a net book value of approximately $1,850,000 and guaranteed by the Company's stockholders. (a) 1,691,306 1,758,373 Note payable to a financial institution, payable in monthly installments of principal of $39,583, plus interest at one-month LIBOR plus 2.85% (3.09% as of December 31, 2015), through June 2019, collateralized by substantially all assets of the Company and guaranteed by the Company stockholders. (a) 1,686,482 - 5,192,265 3,652,562 Less current maturities 2,249,791 146,944 Notes payable, less current maturities $ 2,942,474 $ 3,505,618 (a) This note requires maintenance of certain ratios of combined debt service and tangible net worth. The note payable also includes covenants restricting distributions and is cross -guaranteed with the line of credit (see Note 6). Aggregate future maturities on long-term debt as of December 31, 2015, are as follows: Years ending December 31: 2016 2017 2018 2019 2020 Thereafter 14 Amount $ 2,249,791 562,233 1,930,908 285,355 25,434 138,544 $ 5,192,265 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 8. Commitments and Contingencies Operating leases: The Company leases various office and warehouse equipment under noncancelable operating leases expiring in various years through December 2018. Total rental expense for the years ended December 31, 2015 and 2014, was $347,033 and $317,836, respectively. The approximate future minimum payments under these lease agreements are due as follows as of December 31, 2015: Years ending December 31: 2016 2017 2018 Amount $ 320,067 183,724 68,471 $ 572,262 Contract claims: The Company is a defendant in certain claims for damages associated with work on a certain job. The Company carries insurance coverage for such claims, which provides for a deductible between $5,000 and $20,000 per each occurrence as of December 31, 2015, and between $10,000 and $20,000 per each occurrence as of December 31, 2014, to a maximum of $2,000,000. The Company also carries excess liability insurance of $10,000,000 as of December 31, 2015 and 2014. The Company has accrued for potential losses up to the amount of the policy deductible per occurrence and management believes it has adequate insurance coverage to cover any claim in excess of the maximum. Insurance: The Company's general liability policy has a deductible per occurrence of $20,000 as of December 31, 2015 and 2014, with a minimum annual base premium and an annual aggregate stop loss. The Company's workers' compensation policy has a total annual deductible for all losses of approximately $1,000,000 as of December 31, 2015 and 2014. The Company has recorded a claim reserve liability for all policies in the amount of $1,341,146 and $1,634,953, respectively, of which $1,241,146 and $1,534,953, respectively, is included in accrued expenses and $100,000 is included in other liabilities as of December 31, 2015 and 2014. These amounts represent management's best estimate of the total liability to be incurred for all open periods through December 31, 2015. The Company has issued a letter of credit totaling approximately $400,000 which expires August 2016, as collateral to the insurance companies (see Note 6). Note 9. Employee Benefit Plan The Company has a profit-sharing 401(k) plan (the Plan) that permits voluntary contributions by eligible employees. The Company determines annually what match percentage will be used, as well as the maximum match amount. The Plan also allows for additional profit-sharing contributions by the Company. The Company's match and related 401(k) expenses for the years ended December 31, 2015 and 2014 was $92,033 and $95,310, respectively. The Company made no profit-sharing contributions during 2015 and 2014. Note 10. Related Party Transactions The Company has a note payable to a stockholder of $767,460 as of December 31, 2015 and 2014, bearing interest at a rate of 5%. The loan is subordinated to the line of credit and is not expected to be repaid in the next twelve months. Therefore, the stockholder loan is classified as noncurrent in the consolidated balance sheets as of December 31, 2015 and 2014. Interest expense related to the stockholder loan was $38,905 for the years ended December 31, 2015 and 2014. 15 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 10. Related Party Transactions (Continued) The Company has a captive insurance arrangement with a company related by common ownership. The Company transferred its warranty liability to this related captive insurance entity. For the years ended December 31, 2015 and 2014, the Company incurred and is expected to be paid approximately $40,000 and $19,000, respectively, in warranty expenses, of which approximately $21,000 and $10,000, respectively, was reimbursed by the captive. Included in other current assets in the accompanying consolidated balance sheets is a receivable from this captive of approximately $19,000 and $9,000 as of December 31, 2015 and 2014, respectively. See Note 14 for other related party transactions. Note 11. Major Customers Revenues include sales to the following major customers for the years ended December 31, 2015 and 2014, together with the receivables due from these customers as of December 31, 2015 and 2014: 2015. 2014 Customer Revenues Receivables Revenues Receivables A $ 751,813 $ - $ 6,997,234 $ 705,393 B 6,452,609 164,880 7,238,235 1,091,497 Because of the nature of the Company's business, major customers may vary between years. Note 12. Accounts Payable As of December 31, 2015 and 2014, accounts payable include amounts due to subcontractors totaling $267,516 and $348,403, respectively, which have been retained pending completion and customer acceptance of jobs. Note 13. Variable Interest Entities The Company is the primary beneficiary of and consolidates several related parties that are variable interest entities (VIEs). The Company would absorb more than a significant amount of the VIES' expected losses based on leasing and guarantee agreements and because the Company provides subordinated financial support to these entities as discussed in Note 1. Through the lease agreements and additional financial support, the Company controls the significant activities of the VIEs. The Company may provide additional financial support in the event the VIEs need it to support their operations. As of December 31, 2015 and 2014, outstanding advances due from these VIEs were $896,217 and $4,947,846, respectively. For no consideration, the Company has agreed to cross guarantee the line of credit and long-term debt of the VIEs. The Company's maximum exposure under these guarantees was $5,414,170 and $3,383,273 as of December 31, 2015 and 2014, respectively. The details of these debt instruments are included in Notes 6 and 7 to the consolidated financial statements. The Company can be required to perform on these guarantees in the event of nonpayment of these arrangements by the VIEs. Under the terms of the lease agreement with the VIEs, the Company is required to make monthly payments of approximately $25,300 to the VIEs. The leases expire at various times through April 2029. 16 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 13. Variable Interest Entities (Continued) $10,241,970 $ 10,841,101 $ 515,450 - 8,168,904 The following table summarizes the carrying amounts of the VIEs' assets and liabilities included 1,573,153 181,879 Company's consolidated balance sheets as of December 31, in the 2015 and 2014: Leasing 2015 2014 Entities AGT To Leasing Entities AGT Total Cash and cash equivalents Accounts receivable, net $ (75,737) $ 5,048,856 $ 4,973,121 $ $ 4,796,031 $ 4,796,031 Costs and estimated earnings In excess of 473 ,993 473,993 3,573,721 3,573,721 billings on uncompleted contracts Inventory Due from affiliates 626 64,530 628 1 64,530 1,029,494 143,016 1,029,494 Prepaid expenses and other current assets 1,988,788 1,326,745 3,315,533 2,517,035 2,870,072 143,016 5,387,107 Property and equipment, net 89,000 5,978,507 344,570 433,570 17,000 260,001 277,001 Other noncurrent assets 28 790 227 384 5.978,507 256.174 5,344,260 28,051 5,372,311 Total assets $ 8.009,348 $ 7 466 706$15,496,0-54 49 180 7 927 475 395 008 444.188 13,0951394 v � vc2 869 Current maturities of long-term debt $ 1,774,791 $ Line of credit $ 1,774,791 $ 146,944 $ - $ 146,944 Accounts payable 2,158,364 2,159,364 - - Billings in excess of costs and estimated 42,890 101,786 144,676 - 960,108 960,108 earnings on uncompleted contracts Distributions payable - - 26,591 851,197 26,591 882,845 882,845 Accrued expenses Due to affiliates 3,909 258,990 851,197 262,699 1,278 851,197 644,429 851,197 Construction joint venture (59•360) 4,208,512 4,149,152 18,722 10,194,985 645,707 10,213,707 Long-term debt, less current maturities 1,730,992 249,044 249,044 - 924,605 924,605 Stockholder note payable 1,730,992 3,505,618 3,505,618 Total liabilities _$ 3.493,222 767 460 8,622.944 767 460 $12 116 166 - $ 3 672 562 767 460 $ 15 225 629 767 460 18.898:191 The real property that is collateral for the debt of the VIEs has a carrying value of approximately $4,873,000 as of December 31, 2015. The assets of the VIEs can only be used to settle the obligations of the VIEs. The creditors of the VIEs have recourse to the general credit of the Company through a guarantee provided by the Company. The VIEs are financed through their own accounts payable and long-term borrowings as well as advances from the Company. The following table summarizes the VIEs' revenue and expenses included in the consolidated statements of income for the years ended December 31, 2015 and 2014: Revenues Cost of revenues Gross profit Operating expenses Nonoperating Income (expense) Net Income (loss) 2015 2014 Leasing Leasing Entities AGT Total Entities AGT Total $ 599,131 $10,241,970 $ 10,841,101 $ 515,450 - 8,168,904 8,188,904 - 599,131 2,053,066 2,652,197 515,450 256,639 1,316,514 --- -- 1,573,153 181,879 17 $23,131,226 $23,646,676 19,553,338 19,553,338 3,577,888 4,093,338 2,245,326 2,427,205 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 14. Consolidation of Variable Interest Entity and Departure From Generally Accepted Accounting Principles Power Panel, Inc. is a related party and a variable interest entity (VIE). The Company controls the significant activities of this VIE and would absorb more than a significant amount of the VIE's expected losses because it provides subordinated financial support to this entity. As a result, the Company is considered to be the primary beneficiary of this VIE. Accounting principles generally accepted in the United States of America require the consolidation of the financial statements of variable interest entities with the financial statements of their primary beneficiary. The Company has not consolidated the financial statements of this VIE which is a departure from generally accepted accounting principles. Had this entity been consolidated into the accompanying consolidated financial statements as of and for the years ended December 31, 2015 and 2014, the estimated impact based on unaudited balances of the VIE would have been to increase (decrease) the following by approximately: Note 15. Investment in Construction Joint Venture The Company has a joint venture agreement with an unrelated party. The Company owns a 49% share in the joint venture, AGT Solar/Moss Solar, a Joint Venture (the joint venture). All revenues, expenses and additions to assets of the entity are shared 50% (the Company) and 50% (Moss) by each of the two parties. For the years ended December 31, 2015 and 2014, the Company's share of contract revenues earned from the joint venture was $2,882,218 and $11,165,240, respectively. For the years ended December 31, 2015 and 2014, the Company's share of costs of revenues earned from the joint venture was $1,511,508 and $11,054,329, respectively. 18 2015 2014 Revenues Cost of revenues $ 30,982 $ 55,027 Operating expenses 60,500 95,705 Nonoperating income (expense) 47,143 554,866 Net income (145,927) (166,184) (222,588) (761,728) Current assets Noncurrent assets (primarily equipment, net of 131,579 144,579 related party advances) (1,074,281) (224,573) Current liabilities (primarily debt) Noncurrent liabilities (primarily debt) 290,903 482,073 1,775,108 2,224,059 Noncontrolling interest 3,008,713 ( ) (2,786,126) As of December 31, 2015 and 2014, the Company had $2,012,498 advances due from Power Panel, Inc. and $1,325,333, respectively, of which is included in other noncurrent assets in the accompanying consolidated balance sheets. During the years ended December 31, 2015 and 2014, the Company charged Power Panel, Inc. interest income of $65,000 and $44,035, respectively, and accounting and. corporate overhead fees of $30,208 and $38,713, respectively, which is included in the consolidated statements of income. accompanying Note 15. Investment in Construction Joint Venture The Company has a joint venture agreement with an unrelated party. The Company owns a 49% share in the joint venture, AGT Solar/Moss Solar, a Joint Venture (the joint venture). All revenues, expenses and additions to assets of the entity are shared 50% (the Company) and 50% (Moss) by each of the two parties. For the years ended December 31, 2015 and 2014, the Company's share of contract revenues earned from the joint venture was $2,882,218 and $11,165,240, respectively. For the years ended December 31, 2015 and 2014, the Company's share of costs of revenues earned from the joint venture was $1,511,508 and $11,054,329, respectively. 18 Advanced Hoofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 15. investment in Construction Joint Venture (Continued) Condensed financial information of the joint venture as of and for the years ended December 31, 2015 and 2014, is as follows: 2015 2014 Cash $ 532,574 Contract receivables $ 2,343,48 Costs and estimated earnings in excess of billings 3,935,4444 on uncompleted contracts 79,920 118,729 $ 612,494 $ 6,398,121 Trade payables Due to affiliates Billings in excess of costs and estimated earnings on uncompleted contracts Accumulated deficit Contract revenues earned Costs of revenues earned Gross profit Operating expenses Net income (loss) Backlog Note 16. Business Combination and Goodwill 365,613 $ 4,256,097 729,128 218,698 3,753,644 (482,247) (1,830 318) $ 612,494 $ 6,398,121 $ 5,764,435 $ 22,330,480 3,023,017 22,108,659 2,741,418 221,821 1,419,339 21516,141 $ 1,322,079 $ (2,294,320) $ 532,093 $ 1,013,753 In June 2015, the Company entered into an agreement to purchase certain assets of an unrelated roofing contractor in Tampa, Florida in exchange for cash in the amount of $725,000. The results of operations of the acquired business are included in the accompanying statement of income from the respective acquisition date for the year ended December 31, 2015. The following table summarizes the estimated fair values of the assets acquired and consideration transferred as of the date of the acquisition. Consideration transferred: Cash Net assets acquired: Inventory Equipment Goodwill irt $ 725,000 $ 12,605 212,395 500,000 $ 725,000 Advanced Roofing, Inc. and Affiliates Notes to Consolidated Financial Statements Note 16. Business Combination and Goodwill (Continued) The Company paid a premium over the fair value of the tangible assets acquired in the asset purchase, which is recorded as goodwill in the aggregate amount of $500,000, because the acquisition provided a strategic fit for the Company. The carrying amount of goodwill, and changes therein, during the year ended December 31, 2015 is as follows: Balance, December 31, 2014 Acquired in conjunction with asset purchase Amortization Balance, December 31, 2015 500,000 (25,000) 475,000 The Company elected to apply the accounting alternative provisions for goodwill which were retroactively applied to these financial statements (see Note 1). Therefore, the Company is amortizing goodwill on a straight-line basis not to exceed 10 years. The Company determined that a 10 -year life is appropriate for the goodwill. The Company recorded $25,000 in goodwill amortization expense during the year ended December 31, 2015. As of December 31, 2015, the estimated future amortization of goodwill, in the aggregate, is as follows: Years ending December 31: 2016 2017 2018 2019 2020 Thereafter 20 Amount $ 50,000 50,000 50,000 50,000 50,000 225,000 $ 475,000 � 6 g N 6 N Q O N Q S 6 N � � Q � O Z (m O _ g iz E�O d$ a8a� E ;E$�P�'�mn tOy�^E�`e� ��^ m ffi& aSmE�y�n�e�E�M'�4E7dE�0 ID �i��� yaah t53 ¢ FwN gma��aR g J�iN m^� SU' �O d ULL E�� Fn Ed FiN� I: N Ai Fa -�iH1 m^m^m umi m n > m Q i3 >t°� Qtpm YfV d N LL yy 0p m i3 m Q m �o j 0 F a � C a 0 Y a •- a O Q O 9 S JQ K m m m m m � LL � 0 W QLL JJR��yy KJ Gm N{LL tpZ {a a i Qp {n �0 �Q m O) NI•N1m$$O m m Qp O Q ELLEre m Q N m^VpC5LL J n g3 K CNZ�Wto�^SOOIZNNO{Sy mm o Z-ZmOry �WW o°@g gg 9}�yi�[j G 183��0�O� `2'pv Eo m a Ea541 g ggmF a �mm �mnlCli�'ifN $$ $N L- LL oy € m E a ffi 8r $a Sy p c 9 8 i g m g 8 3 M W 7 0 J m m N J U V Q 3 i 0 N 88PNim N LL �S�[[y T ONO j -6-99 9 TCoo C i S U VFama gg � tn' m O m >O Nm m S mNV N o�V o invsicgv�'i LL LL JJV LL LL S IpJL I LL LL LL LL LL LL LL LL LLLLo S LL LL LL IJL LL LL LL LLQ. LL LL CK pLL pLL i � N IIl K w C w WN J 2 i o d a o o o o a m o o Y N LL g O N ,LL LL H LL U N F- O O 0 m a y LL 2 2 O $ p 8 8 0 8 S R 8 8 8 8 ffi 8 8 8 N3 6 8 8 8 8 0 o K H q w w w w 19 w i � � � � U N U 9 N a > U• a U• t� � (� N N fi U• g O N O � � a J E a •6 13 a) 2a F� 8 O N y Q KZ J 8 t Z m Y ` N $ Ka S g9 (t��6° am W p Q or Z O ~O (� 0? :0100 z 5 N uFl i < _� w F O x �p O_ N FZ u -I} gi N °N U Q O u�r°i �_ U•Q Q& i }F a WJ3 WJ iii0 �F Ky ° g U Q a N W 0 Q U pa a LL Z 4 § IQ- ggQ 4 9o Z Igi U j o g pQ� ia }FZ Q oOo Zm K O ]Z pUW �dW 0 OKgO CmI U 0O 0wO c� UO mmNo mN0 KayaOh y7O �ldOV 7O m°107 oO Na Q N a $ON N 2 m 9 K a Fi Ri a a ai �i vKi E)(pERIENCE MATTERS, ADVANCED _ � Rl 0F11N3 INFO CC-Co44r3 ESTABLISHED 1983 COMPANY BACKGROUND AND PROJECT APPROACH Advanced Roofing, Inc. is uniquely positioned to bring the most innovative roofing techniques and products our customers. ARI began in 1983 and has since grown to be South Florida's premier commercial roofing specialist. We have become a full-service roofing contractor, consisting of: a service department providing repairs and maintenance, metal roofing department, HVAC department, a custom sheet metal fabrication department, crane division _ and solar/renewable energy department. We fully acknowledge and understand the challenges inherent in every roofing project; particularly the specialty work required on occupied buildings. Our extensive experience in roofing occupied government facilities has made us mindful and aware that we must accommodate you in having as little disruption as possible during the roofing process. We are pleased to announce that we have won "The Excelle Protection Award". We received this honor (in which only 33 out of thousands of contractors received this award in the USA). You can count on ARI to bring over 30 years of impeccable service along with our outstanding safety record throughout every phase of the project. You can expect constant communication, excellent workmanship and superior service from start to finish. Any challenge is an opportunity for us to bring a solution. From the time you sign with us, we've got it all covered. When we say we'll do something, you can swear by it. Established in 1983, Advanced Roofing, Inc. is a full-service commercial roofing company. With "Commitment to quality" through solving customers' needs with premium materials and excellent craftsmanship, Advanced Roofing has been named one of the top ten roofing contractors in the United States. Licensed, bonded and insured, Advanced Roofing's dedication to safety, professionalism, and quality work is signified through the satisfaction of hundreds of customers. Advanced Roofing has your solutions all under one roof. We offer a wide variety of roof systems to fit your needs, and we are certified by every major material manufacturer to install the highest quality roofing systems with the best warranties. Our goal is to make the roofing process easy and hassle free for you, our customer. Roofing of occupied commercial buildings is a highly technical process. Our experience constantly improves, from protecting the property, documentation, existing conditions, pre -construction, job meetings, code compliance, involving building departments, manufacturers' representatives, close out and getting other recommendations from you. Our roofing department has over 300 expertly trained Construction Managers, foreman, roofing mechanics and laborers. They are all intensively trained in roofing safety procedures. Our service department handles all major and minor problems that may occur on your roof quickly, efficiently, and at a reasonable cost. With over 325 buildings, totaling over 9 million square feet of roof, under Advanced Roofing's Proactive Maintenance Agreement, our commitment to service speaks for itself. Advanced Roofing's dedication to clients has allowed Advanced Roofing to grow, expand, and service the roofing needs of some of Florida's biggest businesses, government entities, schools, and more. 11Page EXPERIENCE MATTERS. DVANC D OR 0 0 FI CC -0O24413 ESTABLISHED 1983 In addition, due to Advanced Roofing's elite status in the industry, we are able to provide our customers with additional benefits including: • Named #1 Roofing Contractor in South Florida • $150 million Bonding Capacity • Additional Captive Insurance O FPL Approved Contractor • Certified with all major manufacturers • Full Safety Division • In-house Sheet Metal Department, Crane Division, HVAC, Lightning Protection, Solar ® 24/7 Service and Emergency Repairs QUALIFICATIONS OF BIDDER'S KEY PERSONNEL 2 1 P a g e Robert Kornahrens CEO, President, Founder of Advanced Roofing Inc. and oversees all company operations. Experience: Rob Kornahrens is a leader in the commercial roofing industry for more than 40 years. Before starting Advanced Roofing in 1983, he worked with Triple M Roofing Corporation in New York. During his tenure at Triple M, Rob held numerous field positions and was eventually promoted to Branch Manager where he was responsible for opening and operating new branches in both Atlanta and Fort Lauderdale. Education: B.S. Degree in Business Administration from University of Arizona, 1979 Michael Kornahrens Vice President Michael joined Advanced Roofing in 1998 and is responsible for overseeing the operations and management of all divisions. Experience: Born into the roofing industry, Michael has held many positions at Advanced Roofing over the past 18 years, including leading the Metal Roofing and Renewable Energy divisions. His responsibilities include developing rooftop and solar designs, coordinating subcontractors, and managing project installations throughout the United States and Canada. Education: B.A. in Management and Marketing, Florida Atlantic University EXPERIENCE MATTERS. CC-Co244v3 ESTABLISHED 1983 3 1 P a g e Clint Sockman Vice President Clint joined Advaned Roofing in 1998 and is responsible for oversseing the the Re -Roofing and Renewable Energy Divisions. Experience: A second generation roofer with more than two decades of experience in the roofing, solar, and construction industries. Education: University of Cincinnati, Information Systems minor in International Business. Licenses: Florida State Roofing and Solar Contractors; Certifications: NABCEP, LEED. Member of the American Society of Professional Estimators (ASPE). Constructions Specifications Institute (CSI). Clay Thomas Service Manager Clay joined Advanced Roofing in 2015 and is responsible for overseeing the daily operations of all Service Department functions throughout the State of Florida. Experience: A third generation roofer with decades of experience working in the roofing industry. Prior to joining Advanced Roofing, Clay held senior management positions with various commercial roofing contractors and property management companies in South Florida. Education: Engineering degree, University of Miami; Master's in Business Administration, Nova Southeastern University; Licenses: Florida State Roofing, and General Contractor Randy Gibson Business Development Randy joined Advanced Roofing in 2015 and is responsible for business development and sales. Experience: Randy has over 40 years of experience in the roofing industry. Prior to joining Advanced Roofing, Randy held management positions with national roofing contractors, and founded and operated a commercial roofing business for 25 years. Education: Randy has supplemented his extensive commercial roofing experience with on-the-job training in various fields and systems. Additionally, he has taken numerous continuing education courses related to the roofing and construction industry. g}(PERIENCE MATTERS. ADVANCED FE133 cc-COW13 ESTABLISHED 1983 METHODOLOGY AND APPROACH Advanced Roofing, Inc.'s methodology and approach is unique in its structure because our set up is based on 33 years of real-life experience within the roofing industry. We have the capacity of tailoring our system to the needs of the project regardless of the size and contract requirements. Pre -job planning, documentation and communication are key to our operations. In order to execute the project in a timely, cost-effective and quality manner, we invest quality time with our full team of Estimators, Engineers, Project Managers and Construction Team prior to commencement of all our field operations; again regardless of the size of the project. Our pre -project planning process is quite extensive. The entire team must understand all phases of the project in order to maintain an efficient line of communication throughout the project. Each member is provided with a project binder with includes the following information: • Contact Names and Numbers • Emergency Procedures • Scope of Work, Project Plans/Specifications • Material Listing, MSDS Sheets • Project Schedule • Permit Information Our Project Team assembles once a week or as needed to discuss project status and if necessary, effect any changes that may be required to maintain efficiency and schedule. Each member is equipped with Nextel radios and cellular phones with email access to maintain communication at all times. Training of our field and office personnel is ongoing and is accomplished through on-site hands- on training classes provided by the various manufacturers we are approved by. The field staff and apprentices go through a three year training program The President and Vice President attended a TQM class developed by the National Roofing Contractors Association through the University of Chicago Business College. Our Executive Management Team meets twice a month with a two hour "huddle" meeting and once a month for an all day executive meeting off site. We use various computer based applications for tracking a project form the inception of the project to its completion. We have developed our in-house software "RFP Manager" for tracking all in -coming projects. We also utilize Roof Express, CAD Program, Spitfire Project Management Software, and Solomon Accounting Software. 41 Page EXPERIENCE MAT rgRS. ADVANCE- _ � ROOFING. - CC -0O24413 ESTABLISHED 1983 PROJECT REFERENCES Contact Person: Tim Woodruff Name of Firm: School District of Palm Beach County Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Ti-m.Woodruff@Palmbeachschools.o re / woodruft@palmbeach.k12.fl.us Phone: (561) 687-7046 / (561) 722-1803 Date of Service: 25 years Cost of Service: $28,000,000.00 over the past 25 years — Hard Bids & RS means Contact Person: Sean Devaney Name of Firm: Broward College Roofing Term Contract Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Sdevanev@broward.edu Phone: (954) 201-6974 / (754) 581-3708 Date of Service: Since 2003 Cost of Service: $12,000,000.00 since 2003 Contact Person: Bobby Stewart Name of Firm: Publix Supermarkets — Roofing Service Level Agreement Scope: Roofing Repairs, Maintenance, Design -Build & Re -Roof Email: Bobby.Stewart@Publix.com Phone: (813) 299-6466 / (863) 680-5337 Date of Service: Since 1996 Cost of Service: $33,000,000.00 since 1996 51 Page EXPERIENCE MATTERS. A V F1 pa CC-CO24413 ESTABLISHED 1983 Personal resume David M. Baytosh Construction Manager David joined Advanced Roofing, Inc. in 2004 as a Construction Manager. He manages daily operations of several roofing crews, assisting them with troubleshooting unforeseen field conditions. His duties include supervising field operations, customer relations, quality control and material deliveries. EXPERIENCE David has over 29 years in commercial and industrial roofing industry. He began his roofing career with a home improvement company installing shingles in 1986. Next, he joined a large commercial and industrial roofing company based in Youngstown, Ohio where he began as a roofing apprentice and worked his way up to a project supervisor prior to joining Advanced Roofing, Inc., Versatile in numerous roofing systems, David is also knowledgeable of their respective manufacturer specifications. EDUCATION Youngstown State University, Youngstown, Ohio — Undergraduate Curriculum / 2 Years Graduate Utsuline Catholic High School, Youngstown, Ohio 30 Hours OSHA card 10 Hours OSHA card Safety Trainings for Fall Protection, Forklift & Mobile Crane Safety Training, NRCA CERTA Torch Application Course, Asbestos Removal, Hazard Communication, National Council CPR and First Aid. Apprentice Program for the International Roofers, Waterproofers and Allied Workers Roofers Union 1990 - Present Dale Carnegie Leadership Training for Managers, Registered installer — AGT Unisolar PV Panels TOP FIVE JOBS 1. School Board of Broward County/ Various Schools totaling over 1,400,000 SF Contact: Meghan Gallagher, Project Manager II 2. Palm Springs Mile Shopping Center totaling over 650,000 SF Contact: Diana Marrone, Senior Vice President 3. Sun -Sentinel Newspaper totaling over 250,000 SF Contact: Daniel Reynolds, G. & E. Enterprises, Inc., President www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS ADVANCED RODFING.;-5 CC-CO24413 ESTABLISHED 1983 4. Miami Herald Newspaper totaling over 105,000 SF Contact: Gus Perez, Director of Operations & Facilities 5. Miami International Commerce Center totaling over 780,000 SF Contact: Van L. Antle, Adler Management Services, Inc. Property Manager TOP FIVE SOLAR PROJECTS School Board of Broward County - Heron Heights Elementary School / Contact: Ed Winsco, Field Operations Inspector Roof type: Soprema Modified Bitumen System size: 25,432 Watts Panel components: AGT Unisolar PVL 136 (187) GERS St. Croix, USVI / Contact: Eric Cusin, Project Manager Roof type: Englert Standing Seam Metal Roof and Burke Hypalon (Single Ply) with slip sheet System size: 8,920 Watts Panel components: AGT Unisolar PVL 144 (44) and AGT Unisolar PVL 68 (38) Florida Power & Light (FPL) Headquarters, Juno Beach / Contact: Paul Paglino, Construction Project Manager Panel components: AGT Unisolar PVL 136 (36) Panel components: Sunpower SPR230 (22) Panel components: Miasole MR -107 (48) Eco -Discovery Center, Key West / Contact: Jim Hay, Project Administrator Roof type: GAF TPO with slip sheet System Size: 30,096 Watts Panel components: AGT Unisolar PVL 144 (209) Astaldi Construction, Davie / Contact: Marcelo Toledo, Safety/ Special Projects Manager Roof type: GAF TPO with slip sheet System size: 24,192 Watts Panel components: AGT Unisolar PVL 144 (168) www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdale) Florida 33311 EXPERIENCE MATTERS; ADV g" C'11ou��F _ ED CC-0024413 ESTABLISHED 1983 Personal Resume Jessica Kornahrens Project Manager Jessica joined Advanced Roofing, Inc. in 2001. Asa Project Manager, Jessica handles the management of multiple projects on time, within budget, and to the satisfaction of the client; from project turnover through project close out. She serves as a liaison to customers, consultants, architects, subcontractors and vendors. Secures all required Engineering and permitting; prepares submittals; negotiates, selects and coordinates subcontractors; orders materials; creates project books; administers job hand-off with Construction Managers; schedules and attends pre -construction meeting; reviews weekly job budgets and forecasts accordingly; prepares billings and change orders; and arranges warranty and close out documentation. EXPERIENCE During her tenure at Advanced she has held numerous positions in many areas of the company. She has learned all aspects of the business by starting out as a Receptionist, and working up to Office Manager and Contract Administrator. In 2006, Jessica was promoted to Project Manager and also became a State Certified Roofing Contractor. She also is the Qualifier for Advanced Roofing in the State North Carolina and Virginia. EDUCATION Bachelor of Science Degrees in Business Management & Psychology, Florida State University, Tallahassee, FL High School Diploma, Cardinal Gibbons High School, Fort Lauderdale, FL Florida Certified Roofing Contractor License # CCC1328111 North Carolina General Contracting (Roofing Classification) License # 66223 Notary Public — State of Florida, Commission # DD496013 Adult First Aid Certification Foster Learning "Leadership Skills for Working Managers" Roof Consultant Institute "Rooftop Quality Assurance" The Center for Customer Focus "Dynamics of Customer Focus" Solar Source Institute "Photovoltaic Installation" Broward College "Designing Photovoltaic Systems" Broward College "Installing Photovoltaic Systems" Broward College "Print Reading for Construction" Construction Estimating Institute - 18 Hours of Continuing Education Roofing Contractors Association of South Florida General Monthly Meetings 1950 NW wm aavance arootnng. com TEL 954.522.6868 FAX 954.566.2967 Street I Fort Lauderdalel Florida 33311 EXPERIENCE MATTfZRS. i I p� D VA 1� 6"' �. INS Now - CC -0024413 ESTABLISHED 1983 TOP FIVE SOLAR JOBS Eco -Discovery Center - 30,096 Watts 209 AGT Uni-Solar PVL -144 panels installed on a GAF TPO slip sheet Contact: Sharon Smeenk, Florida Municipal Power Agency Conservation & Renewable Resource Specialist Florida Power & Light Headquarters —15,092 Watts . 22 Sunpower SPR230 panels, 48Miasole MR -107 panels, 36 AGT Uni-Solar PVL -136 panels ontact: Paul PaglinoJPI; Florida Department of Management Services Broward Regional Service Center — 26,112 Watts 204 AGT Uni-Solar PVL -128 panels installed on a JM TPO slip sheet Contact: Joanna Price, DMS Project Manager Astaldi Construction - 24,192 Watts 168 AGT Uni-Solar PVL -144 panels installed on a GAF TPO slip sheet Contact: Marcelo Toledo, Project Manager Palm Beach Zoo —11, 520 Watts 80 AGT Uni-Solar PVL -136 panels installed on a GAF Energy Star modified bitumen roof Contact: Terry Hardmon, Stiles Construction Senior Project Manager TOP FIVE ROOFING JOBS Westin Diplomat - 174,500 square feet Soprema Modified Bitumen Re -Roof and Recovery Systems & Dow Corning Waterproofing Contact: Sharon ZamjosK R.A., NCARB, Capital Projects Manager School Board of Broward County -13 Schools totaling over 773,000 square feet Various Manufactures and Systems (Firestone Modified Bitumen, Englert Metal Standing Seam, GAF Shingles, Soprema Modified Bitumen, Johns Manville Modified Bitumen) Contact: Meghan Gallagher, SBBC Project Manager I Miami International Airport - Various Projects GAF Modified Bitumen Re -roofs, Tremco Waterproofing, Repair Contracts Contact: Tom Hart, Miami Dade Aviation Department, Project Manager H U.S. Citizenship and Immigration Services, West Palm Beach Office — 37,900 square feet Fibertite New Construction with Lightweight Concrete Pour Contact: Chad Moss, Moss Construction, Senior Vice President Kenland Walk IV Condominium Building 3 - 18,500 square feet Koppers Coal Tar Pitch & Monier Tile Re -Roof Contact: Marina Paez, Secretary of the Board www.advancedroofing.com 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 1950 NW 22nd Street I Fort Lauderdalel Florida 33311 A� ®® CERTIFICATE OF LIABILITY INSURANCE 2/16/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Frank A. Furman, Inc. CONTACT NAME: PHONE (954) 943-5050AIC. Nu: (954)943-5417 E-MAILRESS: Sandi®furmaninsurance.com D 1314 East Atlantic Blvd. P. O. BOX 1927 INSURERS AFFORDING COVERAGE NAIC # INSURER ANational Fire Ins of Hartford 20478 Pompano Beach FL 33061 INSURED INSURER BNational Fire Ins of Hartford 20478 INSURER CAmerican Guarantee and Liab 26247 Advanced Roofing Inc; Advanced Leasing Inc INSURER DZrid efield Employers Ins Co 10701 1950 N W 22 St INSURERE:Continental Casualty Co 120443 INSURERF: Ft Lauderdale FL 33311 COVERAGES CERTIFICATE NUMBER:Jan 2017 no forms RFVISIAN NIIMRFR' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I-TRPOLICYNUMBER TYPE OF INSURANCEADDLISUBRI AUTHORIZED REPRESENTATIVE POLICY EFF MMIDD POLICY EXP MM/DDrYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RERfrD- PREMISES Ea occurrence) $ 100, 000 A CLAIMS -MADE OCCUR Y Y 017071866 /1/2016 /1/2017 MED EXP (Any one person) $ 15,000 PERSONAL &ADV INJURY $ 11000,000 X Per Proj Agg Contractual Liability & X Broad Foam PD GENERAL AGGREGATE $ 2,000,000 XCU Liability Included GENL AGGREGATE LIMIT APPLIES PER:* PRODUCTS -COMPIOPAGG $ 2,000,000 POLICYFX PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 B X ANY AUTO BODILY INJURY (Per person) $ ALLOWNED SCHEDULED6017071849 AUTOS AUTOS Y Y /1/2016 /1/2017 BODILY INJURY (Per accident) $ .NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident)$ X Nonown-PhyDm $ X UMBRELLA LIAB X I OCCUR UC930367414 EACH OCCURRENCE $ 25,000,000 AGGREGATE $ 25,000,000 L, EXCESSLIAB CLAIMS -MADE �.b is excess of all DED X RETENTION ZERC $ overage incl TCC /1/2016 /1/2017 D WORKERS COMPENSATIONY - X WC STATU- OTH• AND EMPLOYERS' LIABILITY YIN E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETORJPARTNERJEXECUrNE OFFICERJMEMBER EXCLUDED? (Mandatory In NH) N I A 83056020 /1/2017 1/1/2018 E.L. DISEASE - EA EMPLOY $ 11000,000 If yyes, describe under E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 DESCRIPTIONOFOPERATIONS below E INSTALLATION FLOATER 016260407 /1/2016 /1/2017 Any On:Jobsite $2,000,000 5% WIND/HAIL DED$1000.AOP Any One Occurrence $4,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) CERTIFICATE HOLDER CANCFI_I_ATION ACORD 25 (2010/05) INS025 oninnsi ni ©1988-2010 ACORD CORPORATION. All rights reserved. Tho Ar_ru2n name and Inn^ aro mniafarorl mardre ^f ArnRn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN "FOR BIDDING PURPOSES ONLY" ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/CS ✓�' ACORD 25 (2010/05) INS025 oninnsi ni ©1988-2010 ACORD CORPORATION. All rights reserved. Tho Ar_ru2n name and Inn^ aro mniafarorl mardre ^f ArnRn -ry FRANK H. " INC. INSURANCE RISK MANAGEMENT EMPLOYEE BENEFITS January 18, 2017 Advanced Roofing Inc 1950 N W 22 St Ft Lauderdale, FL 33311 Re: Workers Compensation Experience Modification Rate Verification To Whom It May Concern: Commercial Insurance Programs <� Captive Insurance Programs ® OSHA Compliance ® Claims Management 4 Loss Control 41 Human Resources Consulting c Construction Bonds 4, Employee Group Benefits 4, Personal Insurance As the insurance advisors for Advanced Roofing, Inc. this letter will confirm the 3 year Workers Compensation Experience Modification Rate: 2.015 0,89 2016 0,78 2017 0.68 If there are any questions or if additional information is required, please do not hesitate to contact our office. Sincerely, Robert P. Foote,, CPCU,ARM,CRIS,AIM,AFSB President rob@furmahinsurant.e.com RPI=/cs 1314 E. Atlantic Boulevard • Pompano Beach, FL 33060 • Phone (954) 943-5050 0 (800) 3444838 o Fax (954) 942-5304 www.fu rmaninsurance.com c � Bog T I m ` Q b Val s$� rlol o N pm O CY 2 u e gA a E � b Val s$� rlol o W . �.n ,Y,wI AVI W ii February 7, 2017 N AT I ON A L R O OF ING CONTRAC1011 ASSOCIATION MEMBER RSA RE: ADVANCED ROOFING INC. - Risk Management/insurance Protection Robert P. Foote, President Frank R. Furman, Inc. 1314 E. Atlantic Blvd. Pompano Beach, FL. 33060 Main: 954.943.5050 Toll Free 800.344.4838 Mobile: 954.609.0820 Rob@furmaninsurance.com We are the risk advisor for Advanced Roofing, Inc. The purpose of our correspondence is to share with you some of the highlights of the Advanced Roofing risk management programs. We will be sharing with you some details of the protection Advanced Roofing, Inc. provides to their clients to protect your assets. ARI has achieved an A+ superior risk management rating due to their strict risk and job safety quality controls. ➢ RECOGNITION BY INSURER — CNA one of the largest construction insurers in the country recognizes Advanced Roofing as a "best in class" contractor for ARI's commitment to safety and loss control. ➢ SEVERE LOSS PROTECTION - ARI has a $27M aggregate limit of insurance protection. ARI has a $26M occurrence limit in the event of a covered bodily injury or property damage claim that may occur on a jobsite or from an automobile injury. ➢ ARI's exceptional workers' compensation experience modification rating allows them to secure reduced insurance rates which, in turn, translates into savings for you, their clients. Advanced Roofing, Inc. has a full time safety director, as well as a risk manager that aggressively manages their internal, as well as managing their clients' risk during the course of their construction projects. Advanced Roofing, Inc. believes deeply in educating and training their roofing mechanics to deliver to you the quality and workmanship your roofing asset deserves. The ARI training program separates them from many other roofing professionals. This past year alone, Advanced Roofing, Inc. has conducted the following training programs: ➢ 87 employees have received the OSHA 10 -Hour training to promote safety competency. ➢ 30 foremen and construction managers have received the OSHA 30 -Hour training. ➢ 18 employees were Certified Roofing Torch Applicators (CERTA). ➢ 17 foremen and construction managers received certification in first aid and CPR. ➢ ARI has safety training at 6 a.m. Monday through Friday every single week. Commercial & Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance ADVANCED ROOFING Page 2 ➢ GENERAL LIABILITY PROTECTION —Advanced Roofing has the following protection included in their general liability portfolio of protection: o Habitational/Residential—Including Multi -Family o Torch Coverage o "Hot" Applied Roof System Coverage o Unlimited Building Height Protection o There is no water damage exclusion ➢ AUTOMOBILE PROTECTION —ARI has an occurrence limit on the commercial automobile protection of $26M in the event there is a covered bodily injury or property damage on your job site stemming from Advanced Roofing's operations. (Carrier A -excellent rated A.M. Best Co.) ➢ COMMERCIAL UMBRELLA—Advanced Roofing has a $25M limit of liability. (Zurich A+ superior rated by A.M. Best Co). Their umbrella provides protection above their underlying general liability and auto protection. ➢ INSTALLATION FLOATER —BUILDERS' RISK — ARI has secured protection for certain stored materials that are to be installed on your job site. This protection reduces the economic loss to you, the owner of the project, during the course of construction. ➢ MOLD/POLLUTION LIABILITY PROTECTION — ARI has secured $1M limits of liability to protect you, the owner, in the event that there is a covered cause of loss stemming from mold, algae, fungal, etc. as a result of the roofing operations of ARI. This highly specialized coverage illustrates to you, the.owner, that ARI is serious about protecting your assets during the course of the construction project. When you are investing in a roofing system, we encourage you to explore deeper than what is the cost of the roof. Advanced Roofing's commitment to quality and the experience they deliver places them at the top of the roofing profession. ARI is recognized by the following organizations for professionalism and community contributions: ➢ Professional Roofing Magazine ➢ Roofing Contractor Magazine ➢ Roofing Siding Industry Magazine ➢ Florida Forum Magazine ➢ Dunn & Bradstreet ➢ National Football League ➢ Partnership for Rebuilding America ➢ South Florida Business Journal ➢ Roof Connect Founding Member ➢ Orlando Business Journal Commercial & Personal Insurance I Employee Benefits I Risk Management I OSHA Compliance ADVANCED ROOFING Page 3 ARI is recognized for their industry accomplishments as well as for reinvesting back to the community and environment. Experience Does Matter!!! Whether it be service, maintenance, new construction, re -roofing, repairs, or retro -fit, ARI has a solid portfolio of protection in order to responsibly protect your building assets Sincerely, p Robert P. Foote, President CPCU, ARM, AIM, CRIS, AFSB agement I OSHA Compliance Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 1 Date: March 21, 2017 Project Name: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT Bid Number: 2017040 Bid Opening Date: Thursday, March 30, 2017 at 2:00 p.m. This addendum is released to provide answers to questions asked but not answered during the Mandatory Pre -Bid Meeting, address questions received by email, and to update the plans and specifications (REI Addendum #1). All information provided herein is hereby incorporated into the Invitation to Bid documents. Question 1: Will the County consider extending the final completion requirement from 150 -days? Answer: The final completion requirement for 150 -days will remain as stated. However, the 150 -days is for physical construction of the project. The 150 -day time frame will begin once the contractor mobilizes to the site. It is the responsibility of the contractor to ensure that material delivery coincides with the start of physical construction. Question 2: Are rain days considered in the timeline? Answer: Yes, 21 rain days have been included in the 150 -day time frame. Question 3: Are the plans to scale? Answer: Yes. Please reference scaling blocks located on plans "11-101", "11-102", "R-103" and "R-104". Additional scaling information is provided within detail blocks. Question 4: Is the report referenced by one of the other attendees available for review? Answer: The report is available, however both the Owner and Architect have reviewed and determined it is not relevant to this bid, and also is not the only or most recent condition report prepared since the construction of the roofs. Should bidders still wish to review that specific document, you may request it by emailing purchasing@ircgov.com with the subject "Public Records Request for ARC Report Dated 11/7/2011". Please note that the report, its content and suggestions are NOT incorporated into or considered relevant to this bid. Page 1 of 3 Addendum 1— Bid 2017040 Question 5: What type of safety requirements need to be met regarding sidewalk closure/pedestrian protection? Answer: The successful contractor will be required to submit a project phasing plan for review by the County. The phasing plan will include areas that will be closed to pedestrian traffic during construction. The County will allow for sections of sidewalks and parking areas around the building to be closed for construction purposes. At no time shall the entrances to the building be closed to public access, nor shall ADA accessible routes be closed the public. Question 6: Have both of the suggested manufacturers viewed the roofs? Answer: No. The specified roofing manufacturers have not conducted a site visit. The specified roofing manufacturers have provided input on system selection. Question 7: Are elevation drawings available? Answer: No. Please reference engineer construction drawings "R-101" and "R-102" for applicable slope direction/angle. Question 8: Is there a specified Staging Area? Answer: The staging area will be on County owned vacant, grassed, property on the south side of 26th Street and the contractor will be responsible for restoration of the grassed property at the completion of the project. The staging area will be for equipment and new material storage only. All demolition material removed from the roof project must be hauled directly to a licensed disposal facility. During phased construction, areas of parking that are closed can be used for staging as well. However, the contractor will be responsible for all damage to the asphalt parking areas. Question 9: What material are the exterior walls made of? Answer: Concrete Block/Stucco. Question 10: Is there a watertight warranty required for this project and if so is there any specific level or category for the warranty? Answer: The specification includes a 20 year manufacturer's weathertight warranty and a finish warranty. Please reference specification section 07 4113 —1.10. Question 11: Are there any special details that are required for the warranty? Answer: Please consult preferred manufacturer for warranty related design questions. Question 12: Is the warranty a standard wind speed or is there a specific M.P.H. requirement? Answer: Specification is based on a standard wind speed warranty. Question 13: For the replacement of the nail board insulation, it is stated to go back with 2 layers of 1.8" polyiso is there going to be a new nail board (5/8" CDX) installed over the top layer of polyiso and attached into the steel deck or will bearing plates be used over the.polyiso insulation? Answer: Bid items "001" and "004" require that replacement of damaged nail base insulation to match surrounding insulation in thickness and material composition. Alternatively, bid items "002" and "005" the replacement insulation can be either nail base polyisocyanurate or polyisocyanurate insulation with manufacturer's bearing plates. Page 2 of 3 Addendum 1— Bid 2017040 Attachments: REI Addendum 1 to Plans and Specifications (Technical Section "07 62 00 Sheet Metal Flashing and Trim" and Drawings Section "Contract Drawing R-201") Mandatory pre-bid sign in sheets *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Advanced Roofing, Inc. Name: Robert P. Kornahrens Title: President (Type / Printed) Authorized Signature: _ Zj L-- Date: 03.21.17 Telephone: (954) 522-6868 Email: Michae[K@advancedroofing.com Page 3 of 3 DATE: March 21, 2017 FROM: REI Engineers TO: Bidders of Record REFERENCE: Addendum No. 1 Indian River County Indian River County Administration Complex Roof Replacements REI Project No. 16TPA-003 This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated February 20, 2017 as noted below. This addendum consists of one (1) page and the attached revised Specification Sections: Technical Section "07 62 00 Sheet Metal Flashing and Trim". Drawings Section "Contract Drawing R-201 ". CHANGES TO SPECIFICATIONS: 1. Replace Specification Section "07 62 00 Sheet Metal Flashing and Trim" with attached "07 62 00 Sheet Metal Flashing and Trim (Revision No. 1)". Specification section has been updated to incorporate replacement of existing stucco stop/counterflashing and related stucco replacement/repair. CHANGES TO CONTRACT DRAWINGS: 1. Replace Specification Section "Contract Drawing R-201" with attached "Contract Drawing R-201 (Revision No. 1)". Contract drawing has been updated to incorporate replacement of existing stucco stop/counterflashing. ALL OTHER REQUIREMENTS AND PROVISIONS OF THE BIDDING DOCUMENTS REMAIN UNCHANGED. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. FAILURE TO DO SO MAY BE CAUSE FOR REJECTION OF THE BID. END OF ADDENDUM ROOFING, WATERPROOFING AND BUILDING ENVELOPE ENGINEERS AND CONSUL'I'AN'rs ,www.reiencrineers.com AN EMPLOYEE -OWNED COMPANY SECTION 07 62 00 (Revision No. 1) SHEET METAL FLASHING AND TRIM PART . GENERAL 1.01 WORK INCLUDED A. Fabrication and installation of new sheet metal flashings and trim to provide a permanently watertight condition. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Rough Carpentry Section 06 10 00 2. Metal Roof Panels Section 07 41 13 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) 2. American Society for Testing and Materials (ASTM) 3. National Roofing Contractors Association (NBCA) 4. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 5. ANSI/SPRI ES -1 1.04 SUBMITTALS A. Latest edition of the Manufacturer's current material specifications and installation instructions. B. Manufacturer's Product Data Sheets for all materials specified. C. Pre -finished sheet metal color chart. D. Shop Drawings for any transitions and/or terminations not depicted in Contract Drawings. 1.05 QUALITY ASSURANCE A. Installation shall comply with the current SMACNA Architectural Sheet Metal Manual. B. Fabricate metal edge (where no gutter is present) and coping in accordance with ANSI/SPRI ES -1 requirements. C. Workmanship shall be first-class in every respect. The various sections shall be uniform with joints at corners and angles mitered and the different sections accurately fitted and rigidly secured. Completed work will be free of leaks under all weather conditions. 1.06 DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers IRC Admin Complex Roof Replacements 07 62 00-1 (Revision No. 1) Sheet Metal Flashing and Trim and in quantities required to allow continuity of application. B. Storage: Store materials within areas designated or approved by the Owner. Ensure materials remain dry, covered and not in contact with the ground. C. Handling: Handle material in such manner as to preclude damage and contamination with moisture or foreign matter. 1.07 PROJECT CONDITIONS A. Environmental: Protect building and its components from the elements at all times during the project. B. Coordination and Scheduling: Coordinate all phases of work to allow continuity of work without delays. 1.08 WARRANTY A. Manufacturer's Finish Warranty: Shall be same as and provided under metal roof panel warranty. PART PRODUCTS 2.01 PRE -FINISHED STEEL 2.02 A. Galvalume coated steel meeting or exceeding AZ55 per ASTM A792. Manufacturer's smooth finish, pre -finished color coatings consisting of full strength 70% Kynar 500 fluorocarbon (Polyvinylidene Fluoride PVF2) coating over a urethane primer on the finish side, with primer and a wash coat on the reverse. All measurements per NCCA Technical Bulletin II -4 or ASTM D1005. A strippable plastic film should protect the finish during fabrication and installation. Manufacturer's standard color to be selected by Owner. 1. 24 gauge a. Eave Flashing b. Ridge/Hip Flashing C. Valley Flashing d. Counterflashing 2. 22 gauge a. Gutter b. Downspouts C. Drain Pipe Splash Shield GALVANIZED STEEL A. ASTM, A 653, AISI G90 galvanized steel, mill finish. 1. 22 gauge a. Continuous Cleat IRC Admin Complex Roof Replacements 07 62 00-2 (Revision No. 1) Sheet Metal Flashing and Trim 2. Gutter Brackets: Prime and paint to match gutter, or clad in gutter material. If painting, form brackets prior to painting and paint prior to installation. Touch up paint after installation. a. 1/4" x 1-1/2" 3. Gutter Spacers: 1/ 16" x 1 " 4. Drain Pipe Wall Brackets: 1/16" x 1-1/2" a. Prime and paint to match existing wall color. 5. Downspout Hangers: Prime and paint to match downspout, or clad in downspout material. If painting, form hangers prior to painting and paint prior to installation. Touch up paint after installation. 2.03 PVC DRAIN PIPE A. Schedule 40 PVC pipe, 6 -inch diameter. Prime and paint to match existing wall color. 2.04 ROOF -TO -WALL TRANSITION - EXPANSION JOINT (Alternate) A. Situra RedLINE Waterproof Expansion Joint for epoxy resin installation. B. 2 -Component PMMA fluid applied flashing. Acceptable manufacturers include: 1. Siplast Parapro 2. JM SeamFree 3. Engineer Accepted Equivalent 2.05 STUCCO STOP/COUNTERFLASHING REPLACEMENT A. Stucco: Factory proportioned, fiber reinforced portland cement & lime based exterior plaster (Stucco), mechanically mixed in the field with graded sand and water. Stucco, metal counterflashing, and stucco application shall meet requirements of ASTM C926 – 11 a. B. Field Mixed Materials: Water – Clean and potable Clean, well graded sand, free of deleterious materials in compliance with ASTM C897 or ASTM C144. Material ratios shall be in accordance with stucco manufacturer's written instructions. All stucco materials shall be mechanically mixed to ensure uniformity, and minimize air entrapment. General instructions are as follows: a. Stucco - mix 200 lbs. (90 kg) of sand to an 80 lb (36 kg) bag of Stucco and approximately 4 gallons (15 L) of clean water in a paddle type mortar mixer. Add '/z to 2/3 of the required water, 'h of the sand, and one bag of Stucco in a paddle type mortar mixer. Then add the rest of the sand and sufficient water to achieve a uniform mix of workable consistency. Mix for 3-5 minutes after all materials are in the mixer. Stucco material can be retempered once in the first hour after mixing. Avoid retempering after the first hour and discard material older than 1.5 hours. Keep mix ratio consistent from batch to batch and mix each batch IRC Admin Complex Roof Replacements 07 62 00-3 (Revision No. 1) Sheet Metal Flashing and Trim separately. Use only the amount of water necessary for a workable mix. Use of excess water is detrimental to performance. b. Finish --mix with a clean, rust -free high speed mixer to a uniform consistency. A small amount of water may be added to adjust workability. Limit addition of water to amount needed to achieve the finish texture. C. Mix only as much material as can readily be used. d. Do not use anti -freeze compounds or other additives. 2.06 FASTENERS A. Roofing Nails: 11 or 12 -gauge stainless ring shank roofing nails with diamond point, minimum 3/8" diameter head and 1-1/4" length. B. Screws: #12 stainless steel hex or pan head screws with length to penetrate substrate a minimum of 1-1/2". C. Concrete and Masonry Anchors: 1/4" diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2". D. Washers: Shall be stainless steel with neoprene gasket backing. Shall be 9/16" diameter for use with #12 screws and 5/8" diameter for use with 1/4" diameter concrete and masonry anchors. E. Rivets: #44 stainless steel rivets with stainless steel mandrel. Length of rivet to properly fasten particular sheet metal components. Rivets shall be factory painted to match adjacent sheet metal. 2.07 RELATED MATERIALS A. Compressible Insulation: Un -faced friction -fit fiberglass building insulation, cut to fit from 3-1/2"x 15"x48" batts. B. Sealant: One -component elastomeric gun grade polyurethane sealant conforming to ASTM C 920, Type S, Grade NS, Class 25, and use NT, M, A, G, or O as required by substrate conditions. Color to match adjacent materials. C. Silicone Sealant: Shall be a one -component, non -sag, neutral cure, low -modulus, UV resistant, high performance silicone sealant. Shall meet ASTM C 920, Type S, Grade NS, Class 100, Use M, G, A or O. Color to match adjacent materials. D. Sealant Tape: Minimum 1/2" wide non -skinning butyl sealant tape. E. Backer Rod: Closed -cell polyethylene or polyurethane rods sized approximately 25% larger than joint opening. F. Prefabricated Pipe Penetration Flashings: Two-piece, non -insulated, stainless steel STACK JACK Flashings as manufactured by Thaler Metal Industries Ltd. or Engineer accepted equivalent. PART 3 EXECUTION 3.01 EXAMINATION IRC Admin Complex Roof Replacements 07 62 00-4 (Revision No. 1) Sheet Metal Flashing and Trim 3.02 A. Coordinate with other work for correct sequencing of items which make up the entire system. B. Ensure substrates are installed, secured and modified to accommodate sheet metal flashings. C. Deficiencies associated with the sheet metal substrates shall be reported to Engineer before beginning sheet metal work. All such deficiencies shall be corrected before installing sheet metal flashings. INSTALLATION A. General: 1. All joints to be locked and sealed or soldered. 2. Provide for thermal movement (expansion and contraction) of all exposed sheet metal. 3. Where dissimilar metals contact, galvanic action shall be prevented by means of heavy coat of asphalt paint. 4. Various sheet metal sections shall be uniform with corners, joints and angles mitered, sealed and secured. 5. Exposed edges shall be returned (hemmed); both for strength and appearance, and sheet metal shall be fitted closely and neatly. 6. Provide cleats or stiffeners and other reinforcements to make all sections rigid and substantial. 7. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, "oil canning", and buckling. 8. All sheet metal details shall provide for redundancy including but not limited to sheet metal underlayment and/or sealants. This secondary protection shall be installed, sealed, lapped to ensure a redundant layer of protection will shed moisture infiltration in the sheet metal fails. 9. Adjoining sheet metal sections shall be end lapped a minimum of 4" and a minimum of two beads of sealant/sealant tape installed in the lap area. Components shall be notched for a tight fit. B. Fasteners: Shall be size and type required. 1. All fasteners to be rust resistant and compatible with materials to be joined. 2. All exposed fasteners shall be stainless steel screws with washers fastened through 5/16" predrilled oversized holes. 3. All exposed fasteners into concrete or masonry shall be metal based expansion anchor with stainless steel pin with washers fastened through 11/32" predrilled oversized holes. 4. All exposed fasteners shall have factory painted heads to match the sheet metal color. 5. Exposed horizontal surface fasteners are not acceptable. C. Gutters 1. Fabricate to profile shown in Contract Drawings. Refer to SMACNA Manual Figure 1.2 Style D. 2. Gutters shall be continuous, roll formed from coil stock on site or formed in 10' lengths. IRC Admin Complex Roof Replacements 07 62 00-5 (Revision No. 1) Sheet Metal Flashing and Trim a. Joints in gutters must be lapped a minimum of 1 inch, riveted 1 inch on center. Install sealant tape between gutter sections and sealant at exposed inside edge and on rivets. Lap joints in the direction of water flow if possible. 3. Provide butt type expansion joints in gutters at spacing appropriate for the type material used to fabricate gutters. Refer to SMACNA Manual Figure 1-7. Maximum length of gutters shall be 50'. 4. Provide downspout outlets in downspout locations. Refer to SMACNA Manual Figure 1-33B. Gutter outlet tubes to be tabbed a minimum of 1", set in a full bead of sealant and secured to gutter with a minimum of two rivets per tab. 5. Provide primed and painted brackets and spacers as shown in detail drawings. Evenly stagger the placement of brackets and spacers. Spacing shall be 36" on center for both brackets and spacers. 6. Spacers shall be riveted to both sides of the gutter only. 7. Brackets shall be secured with two stainless steel fasteners to the wood blocking as indicated in the Contract Drawings. 8. Leading edge of gutter to be a minimum of 1" below the back edge as shown in detail drawing. 9. Hang gutters level. D. Downspouts: 1. Fabricate downspouts in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-32B. 2. Downspouts shall tie into existing below grade storm drainage system or if no below grade system is applicable downspouts shall kick -out above grade onto concrete splash blocks. Fill in soil to provide slope away from building. 3. Each downspout shall be secured to the structure with two-piece hangers spaced no more than 8' apart with a minimum of two hangers per downspout with a hanger located within 12" from bottom. Hangers shall be primed and painted to match downspouts. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-35H. 4. Downspouts are to be fashioned so as to run back to (at overhangs) and parallel to the facility walls. 5. Provide discharge elbow at the base of downspout. 6. Install splash pans on 18" by 30" walk pads where downspouts discharge onto an adjacent roof area. Splash pan shall be fabricated to meet SMACNA Figure 1- 36. E. Fascia Cover/Rake Edge 1. Fabricate metal edge as shown in detail drawings in 10' lengths. Refer to SMACNA Manual Figure 2-1. 2. Install continuous cleat as indicated in detail drawings fastened to substrate 6" on center. Locate fasteners no greater than 2" from the bottom hem. 3. Lock metal edge onto continuous cleat and lock onto clip assembly/zee closure and rivet at 12" on center. 4. Notch and lap ends of adjoining fascia cover sheet metal sections not less than 4"; apply sealant between sections. 5. Hand tong all of metal edge onto continuous cleat. F. Receiver and Counterflashing IRC Admin Complex Roof Replacements 07 62 00-6 (Revision No. 1) Sheet Metal Flashing and Trim 1. Where applicable, neatly cut and remove existing stucco to extent indicated in detail drawings and as required to remove existing stucco stop/counterflashing. 2. Fabricate counterflashing as shown in detail drawings in 10' lengths. 3. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. 4. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 5. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply sealant tape between sections. 6. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. G. Stucco: 1. Preparation: a. Protect adjacent Work areas and finish surfaces from damage during stucco application. b. Ensure substrate is sound, clean, dry, and free of dust, dirt, oils, grease, laitance, efflorescence, mildew, fungus, biological residues, chemical contaminants, and other contaminants that could prevent proper adhesion. C. Clean surface to achieve surface . with texture similar to 100 grit sandpaper. d. Sand or grind edge of existing stucco to ensure adhesion and smooth transition to new material. Sand edges to featheredge. e. Use bonding compounds as required by stucco manufacturer and in accordance with ASTM C932 - 06. 2. Installation: a. New stucco shall be applied in accordance with ASTM C926 -11a and the manufacturer's guidelines. b. Pre -moisten concrete masonry units prior to the placement of stucco (unless bonding agent has been applied). C. Scratch Coat: apply the stucco with sufficient pressure to ensure intimate contact with substrate and complete coverage to an approximate thickness of '/4 -inch. Score the stucco in preparation for a second coat. Score horizontally. d. Brown Coat: as soon as the first coat is firm enough to receive the second coat without damage, apply the second coat. Alternatively, moist cure the first coat up to 48 hours and dampen the scratched surface with water immediately before applying the second coat. Apply the second coat with sufficient pressure to ensure intimate contact with the first coat to an approximate thickness of '/4 -inch. Use a rod or straight edge to bring the surface to a true, even plane. Fill depressions in plane with stucco. e. After the stucco has lost sufficient moisture so that the surface sheen has disappeared, float the surface lightly with a darby or wood float to densify the surface and to provide a smooth, even surface. Float before the stucco becomes so rigid that it cannot be moved beneath the float. f. Moist cure after the stucco has set by lightly fogging the surface for at least 48 hours. Fog as frequently as required during the 48 hour period to prevent loss of moisture from the stucco. Avoid eroding the ,stucco surface with excess moisture. If relative humidity exceeds 75% the IRC Admin Complex Roof Replacements 07 62 00-7 (Revision No. 1) Sheet Metal Flashing and Trim frequency of moist -curing can be diminished. Finish Installation: a. Apply finish to primed stucco. Apply finish by spraying or troweling with a stainless steel trowel, depending on the finish specified. Follow these general rules for application of finish: i. Avoid application in direct sunlight. ii. Apply finish in a continuous application, and work a wet edge towards the unfinished wall area. Work to an architectural break in the wall before stopping to avoid cold joints. iii.. Weather conditions affect application and drying time. Hot or dry conditions limit working time and accelerate drying. Adjustments in the scheduling of work may be required to achieve desired results; cool or damp conditions extend working time and retard drying and may require added measures of protection against wind, dust, dirt, rain and freezing. Adjust work schedule and provide protection. iv. Float "R" (rilled texture) finishes with a plastic float to achieve their rilled texture. V. Do not install separate batches of finish side-by-side. vi. Do not apply finish into or over joints or accessories. Apply finish to outside face of wall only. 4. Do not apply finish over irregular or unprepared surfaces, or surfaces not in compliance with the requirements of the project specifications. H. Horizontal Drain Pipe and Wall Brackets 1. Install horizontal drain pipe and support brackets above roof -to -wall flashing at locations indicated on Contract Drawings. Installed slope of horizontal drain pipe to exceed '/2 -inch per 12 -inches and match surrounding roof slope where possible. 2. Apply sealant over the bracket and fastener at each penetration. Sealant color to match existing wall color. Prime and paint wall brackets and pipe to match existing wall color. 3. Tie downspout discharges from higher elevation roof areas into the drain pipe. 4. Turn drain pipe discharge down into gutter directly above downspout location. I. Drain Pipe Splash Shield 1. Fabricate bottom of splash shield to match the contour and slip onto the top of the gutter. Hand crimp splash shield onto gutter. 2. Length of splash shield to be approximately 24 -inches, centered with drain pipe location. 3. Fasten bottom edge of splash shield, gutter, and gutter spacer with rivets at three equally spaced locations along the splash shield. J. Expansion Joint 1. Fabricate expansion joint cover, cleat and receiver as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-6B. IRC Admin Complex Roof Replacements 07 62 00-8 (Revision No. 1) Sheet Metal Flashing and Trim 3.03 2. Prior to installation of exansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install sheet metal underlayment adhered to vertical substrate and extending a minimum of 2" down below the top of the expansion joint curb. 4. Provide continuous cleat fastened to the expansion joint curb 8" on center. 5. Lock expansion joint cover onto cleat and fasten to wall substrate 12" on center. 6. Apply sealant tape between receiver flashing and wall substrate and surface mount receiver flashing 12" on center. 7. Notch and lap ends of adjoining expansion joint cleat and counterflashing sheet metal sections not less than 4"; apply sealant tape between sections. 8. Notch and lap ends of adjoining expansion joint cover sheet metal sections not less than 6" and apply two beads of sealant between sections. Center 8" wide cover plate over exposed edge of sheet metal and apply sealant to each side of lap. Rivet cover plate at 2" on center to one side of lap only. K. Expansion Joint (Altnerate) 1. Situra RedLINE expansion joint shall be installed a minimum of 18 -inches on roof surface, and transition into the roof -to -wall expansion joint to provide drainage for water in the roof valley. RedLINE will extend the length of the roof - to -wall expansion joint. 2. Clean and prep metal to remove any dust, debris, grease, and contaminants. 3. RedLINE fleece must be dry prior to installation. 4. Combine and thoroughly mix 2 -component PMMA epoxy resin. 5. Lightly bend roof panel trim piece to provide positive slope away from the wall. 6. Apply an approximate 1/8 -inch thick uniform layer of PMMA fluid -applied flashing to metal substrates. Press the RedLINE fleece firmly into the PMMA layer using a spatula tool. Do NOT coat the underside of the RedLINE. The PMMA fluid -applied flashing material must wholly encapsulate a minimum of 1- 3/4 -inch of the RedLINE fleece edging and extend a minimum of 3/4 -inch onto the substrate. No RedLINE fleece must be left exposed. Apply an approximate 1/8 - inch uniform coat of PMMA flashing material on the top side surface of the RedLINE, making sure to cover the visible RedLINE fleece. PMMA fluid - applied flashing material is to be applied while previous layers are still wet. CLEANING AND PROTECTION A. All sheet metal work shall be thoroughly cleaned of all asphalt, flux, scrapes and dust. B. Scratches through the metal finish shall be replaced to the Owner's satisfaction. END OF SECTION 07 62 00 IRC Admin Complex Roof Replacements 07 62 00-9 (Revision No. 1) Sheet Metal Flashing and Trim £00-Vd19L :#lO3fONd 138 3 ' 9 r ..,la,y.,,...•«: S1NV1lNSN o9 Sb33NION33d IMN3 096ZE epuoIj'yoeag MA 'IS LAZZ LOS b 0 9NN]1N VVNUWNdb31VM"JNldO ':= iNnoo 83A18 NVIGNI 8 V V SONimin8 X31dW00 3AUV2USINIINOV 4 t = s Ey O lY� • T 1 I ! O w _..1 I fn a rn g $� w?c z $$? M (O a s 3 3 y 'YSu i:i:. F • e 4 m-.�.::. _ _ _ O 0 �QQ 0 ° X 5a og 4i p F$ a w? g o $ w z a �$ � o s 1; g; ". � c Lu b U)�s (V k _ F ii o g3p:R3 ;9 $ Edi F z a 0@ V t3 G. v CfC O O GC m Q tw Co X w 0 u O m C to O u I s N c c a� m I L a 0 -W to M^ i_ m v Q'. 7 1 \"j � r uj ir . y• d ?' ' LP 170 LP P �a E NJ vlq :. 1 W 10 - a PIN vi O6 FN� d CSS tj o. `ca j N cel (Y3 Q 2 CL u° m z_ j S V Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 2 Date: March 23, 2017 Project Name: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT Bid Number: 2017040 Bid Opening Date: Thursday, March 30, 2017 at 2:00 p.m. This addendum is released to address questions received by email, and to update the plans and specifications (REI Addendum #2). All information provided herein is hereby incorporated into the Invitation to Bid documents. Question 1: Will 5/8" CDX be installed over the installation? Answer: The use of either a manufacturers bearing plate over insulation or 5/8" CDX nailbase insulation is acceptable. The cost shall be included in bid items 002 and/or 005 as needed. Question 2: What are the roof slopes on this project? Answer: Roof slope is 4:12 throughout all roof sections. Attachments: REI Addendum 2 to Plans and Specifications (Contract Drawing R-201 Revision No. 1) *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Advanced Roofing, Inc. Name: Robert P. Kornahrens Title: President (Type/ Printed) Authorized Signature: _ Date: 03.23.17 Telephone: _ (954) 522-6868 Email: MichaelK@advancedroofing.com Page 1 of 1 REI ENGINEERS 10150 RuILAND MANOR DRIVE, Surr> 200, TAMPA, FL 33610 PHONE 813.944.2137 FAX 813.314.2196 DATE: March 22, 2017 FROM: REI Engineers TO: Bidders of Record REFERENCE: Addendum No. 2 Indian River County Indian River County Administration Complex Roof Replacements REI Project No. 16TPA-003 This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated February 20, 2017 as noted below. This addendum consists of one (1) page and the attached revised Specification Sections: • Drawings Section "Contract Drawing R-201 (Revision No. 1)". CHANGES TO CONTRACT DRAWINGS: 1. Replace Specification Section "Contract Drawing R-201 (Revision No. 1)" with attached "Contract Drawing R-201 (Revision No. 2)". Contract drawing has been updated to incorporate a J -metal casing bead into replacement stucco stop/counterflashing. ALL OTHER REQUIREMENTS AND PROVISIONS OF THE BIDDING DOCUMENTS REMAIN UNCHANGED. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. FAILURE TO DO SO MAY BE CAUSE FOR REJECTION OF THE BID. END OF ADDENDUM ROOFING, WATERPROOFING AND BUILDING ENVELOPE ENGINEERS AND CONSULTANTS www.reieng ineers.com AN EMPLOYEE -OWNED CONIPANY £00-Vdl9l :#lOWONd138 3 c T— siwiln-009 W� r✓»6re6..,,,,m:,. SN33MON33dOl3 N3 ;' 096Z£ epu01d V8913 aaA'IS 4lLZ 1091 F ' ""< S Q 'JNHI111184'JNIdO0Udtl31YM'ONIdOOtl AiNnOO83ARINV1aN1 CV y 9 V d SONlaim X31MOO 3AU"iSINI1NaV S-3 e "'j"a.l,'i'.+,•t pis �� O si c3€ O 1� 3 s I I � d Oeg M (p , MEww 4 1 } "XI Z O 63 �pq 6 ud �d$ Hug Jul g � m W a U d 0 O a#uz: i o f aW dHn b s;3 3 d w W b N � .\ /`�" -< W Id --- - -gr 442 4 ¢ 44 } 5 A gg r ,, " M tl g H ;-el gg z d s„ Aga X w tu a Wa$ � K N w e de C� F 4 aw Z `?' �6 FWs Z5 y 4 Era; 0 48a w Y r BOARD OF COUNTY COMMISSIONERS May 2, 2017 Advanced Roofing, Inc. Attn: Mr. Robert P. Kornahrens 1950 NW 22"d Street via Email Fort Lauderdale, FL 33311 NOTICE OF AWARD Reference: Indian River County Bid No. 2017040 Indian River County Administration Complex Buildings A & B Roof Replacement Dear Mr. Kornahrens: It is my pleasure to inform you that on May 2, 2017, the Board of County Commissioners awarded the above - referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. Public Construction Bond (unrecorded) in the amount of 100% of the contract amount ($1,829,671.40). Two Signed Copies of Enclosed Agreement. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s) must name Indian River County as additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, the Certificate(s) of Insurance and two fully -executed copies of the enclosed agreement to this office at the address provided below no later than Wednesday, May 17, 2017. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, } tvfa� lenmfci" Hyde Purchasing Manager Office of Management and Budget • Purchasing Division 180027 1h Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasine@ircxov.com SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1 - WORK.................................................................................................................................2 ARTICLE2 - THE PROJECT..................................................................................................................2 ARTICLE3 - ENGINEER........................................................................................................................2 ARTICLE 4 - CONTRACT TIMES.........................................................................................................2 ARTICLE 5 - CONTRACT PRICE.......................................................................................................... 3 ARTICLE 6 - PAYMENT PROCEDURES............................................................................................. 3 ARTICLE 7 - INDEMNIFICATION........................................................................................................ 5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS.....................................................................5 ARTICLE 9 - CONTRACT DOCUMENTS............................................................................................ 6 ARTICLE 10 - MISCELLANEOUS......................................................................................................... 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI 00520 - Agreement (Public Works) REV 06-14 00520-1 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc SECTION 00520 - Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Advanced Roofing, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The Project involves the removal and disposal of the existing tile roof system including flashing, sheet metal, and underlayment down to the existing nailable wood substrate for inspection; remove any moisture contaminated, deteriorated, or damaged nailable substrate and insulation as directed by Owner/Architect; and repair any rusted steel deck before installing new replacement materials; mechanically fasten standing seam metal roof panel clips through the insulation system into the structural steel deck and install new standing seam metal roof system; provide new sheet metal flashing and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT County Project Number: 1705 Bid Number: 2017040 Project Address: 1800 & 1801 27TH STREET VERO BEACH, FL. 32960 ARTICLE 3 — ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - Agreement (Public Works) REV 06-14 00520-2 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 120' calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 150' calendar day after the date when the Contract Times commence to run. B. The Work will be fully completed (Final Completion) and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 150th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER 1584.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER„CONTRACTOR shall pay OWNER $1584.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ 1,829,671.40 Written Amount: ' One million, eight hundred twenty-nine thousand, six hundred seventy-one dollars and forty-one cents ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments 00520 - Agreement (Public Works) REV 06-14 00520-3 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes. section 218.735(8)(c), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. 00520 - Agreement (Public Works) REV 06-14 00520-4 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, 'sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 00520 - Agreement (Public Works) REV 06-14 00520-5 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. General Conditions (pages 00700-1 to 00700-45, inclusive); 7. Supplementary Conditions (pages 00800-i to 00800-11, inclusive); 8. Specifications as listed in Division 1 (General Requirements) and Project Manual to include (Division 5, Division 6 and Division 7); 9. Drawings consisting of a cover sheet and sheets numbered R-101 through R-:202, inclusive, with each sheet bearing the following general title: Indian River County ADMINSTRATIVE COMPLEX BUILDINGS A & B; 10. Addenda (numbers 1 to 2, inclusive); 11. Appendices to this Agreement (enumerated as follows): Appendix A — Permits 12. CONTRACTOR'S BID (pages 00310-1 to 00310-6, inclusive); 13. Bid Bond (page 00430-1 inclusive), Qualifications Questionnaire (page 00456-1 to 00456-4, inclusive), List of Subcontractors (page 00458-1 inclusive); 00520 - Agreement (Public Works) REV 06-14 00520-6 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc 14. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 15. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); 17. Contractor's Final Certification of the Work (page 00632-1 to 00632-2 of the Specifications). ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. A.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract 00520 - Agreement (Public Works) REV 06-14 00520-7 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida.. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt o'r confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords(&-ircgov.com Indian River County Office of the County Attorney 180127 th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. 00520 - Agreement (Public Works) REV 06-14 00520-8 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc - This Agreement will be effective on May 2 , 2017 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY 0 Advanced Roofing, Inc. By: Z&, Robert. P. Kornahrens(Contractor) President (CORPORAT -SEAL) Jason . Br n, County dministrator Attest L Witness, Debra A. Giuliani APPROVED AS TO FORM AND LEGAL SUFF I Y' B: :Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and;1% oiler ` i l Attest: Deputy (SEAL) Designated Representative: Name: Richard B. Szpyrka P.E. Title: Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1234 Facsimile: (772) 778-9391 Address for giving notices: 1950 NW 22nd Street Ft. Lauderdale, FL 33311 *:License No. CCCO24413 (Where applicable) Agent for service of process: Designated Representative: Name: Michael Kornahrens Title: Vice President Address: 1950 NW 22nd Street Ft. Lauderdale, FL 33311 Phone: 954-522-6868 Facsimile: 954-566-2967 N/A (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 00520 - Agreement (Public Works) REV 06-14 00520-9 F:\Purchasing\Bids\2016-2017 FY (2017000)\2017040 Replacement of Roofs Admin Buildings\00520 - Agreement (Public Works) REV 06-14.doc Detail by Entity Name .. Pagel of 3 Florida Department of State Vu 4��'W_��"�!i®'��s. %i%� 4�A! f,.:!�.Y } i�✓: gF/4 $f.- I�J b{1�� y�f. Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation ADVANCED ROOFING, INC. Filing Information Document Number G65116 FEI/EIN Number 59-2360591 Date Filed 10/08/1983 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 06/28/2001 Event Effective Date NONE Principal Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Mailing Address 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Changed: 04/10/2015 Registered Aaent Name & Address KORNAHRENS, KEVIN 1950 NW 22ND STREET FORT LAUDERDALE, FL 33314 Name Changed: 04/29/2015 Address Changed: 04/29/2015 Officer/Director Detail Name & Address Title PSD Kornahrens, Robert 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 DIVISION OF CORPORATIONS http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/18/2017 Detail by Entity Name Title Treasurer, VP Kornahrens, Kevin 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Title VP CARRUTH, JASON 200 NORTHSTAR COURT SANFORD, FL 32771 Title VP Kornahrens, Michael 1950 NW 22ND STREET FORT LAUDERDALE, FL 33311 Annual Reports Report Year Filed Date 2016 04/26/2016 2016 11/29/2016 2017 02/21/2017 Document Images 02/21/2017 -- ANNUAL REPORT View image in PDF format 11/29/2016 -- AMENDED ANNUAL REPORT View image in PDF formal 04/26/2016 -- ANNUAL REPORT View image in PDF format 01/22/2016 -- Off/Dir Resignation View image in PDF format 04/29/2015 -- Reg. Agent Change View image in PDF format 04/15/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/10/2015 -- ANNUAL REPORT View image in PDF format 08/27/2014 -- AMENDED ANNUAL REPORT View image in PDF format 03/12/2014 -- Reg. Agent Change View image in PDF format 02/28/2014 — ANNUAL REPORT View image in PDF format 01/22/2013 —AMENDED ANNUAL REPORT View image in PDF format 01/17/2013 --ANNUAL REPORT View image in PDF format 03/06/2012 -- Reg. Agent Change View image in PDF format 01/04/2012 --ANNUAL REPORT View image in PDF format 02/15/2011 --ANNUAL REPORT View image in PDF format 01/27/2010 --ANNUAL REPORT View image in PDF format 05/05/2009 -- ANNUAL REPORT View image in PDF format 03/09/2009 -- ANNUAL REPORT View image in PDF format 02/28/2008 -- ANNUAL REPORT View image in PDF format 02/08/2007 -- ANNUAL REPORT View image in PDF format 02/17/2006 -- ANNUAL REPORT View image in PDF format 05/03/2005 -- ANNUAL REPORT View image in PDF format 03/17/2004 -- ANNUAL REPORT View image in PDF format Page 2 of 3 http://search. sunbiz.orglInquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/18/2017 Detail by Entity Name 02/12/2003 -- ANNUAL REPORT 03/14/2002 -- ANNUAL REPORT 06/28/2001 -- Merger 04/02/2001 --ANNUAL REPORT 04/13/2000 -- ANNUAL REPORT 03/06/1999 -- ANNUAL REPORT 02/03/1998 --ANNUAL REPORT 04/21/1997 -- ANNUAL REPORT 05/01/1996 --ANNUAL REPORT 01/20/1995 --ANNUAL REPORT 01/20/1995 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Flonda Department of State, Division of Corporations Page 3 of 3 http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/ 18/2017 SECTION 00550 - Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: INDIAN RIVER COUNTY ADMINSTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT IRC Project No: 1705 IRC Bid No. 2017040 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents. The contract has allocated 120 calendar days for Substantial Completion of this project and 150 calendar days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) By: INDIAN RIVER COUNTY (OWNER) (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notice to Proceed REV 1-4-11.doc 00550-1 I'APublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00550 - Notice to Proceed REV 1-4-11.doc Rev. 05/01 OBLIGEE NAME: Public Work (If contracting entity is different from F.S. Chapter 255.05 (1)(a) the owner, the contracting public entity) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 80143684 CONTRACTOR NAME: Advanced Roofing, Inc. CONTRACTOR ADDRESS: 1950 NW 22ND Street Fort Lauderdale FL 33311 CONTRACTOR PHONE NO: (954) 332-1418 SURETY COMPANY NAME: The Guarantee Company of North America USA SURETY PRINCIPAL One Towne Square, Suite 1470 BUSINESS ADDRESS: LEGAL DESCRIPTION: Southfield, MI 48076 SURETY PHONE NO: (248) 281-0281 x-66012 OWNER NAME: Indian River Board of County Commissioners OWNER ADDRESS: 1801 27th Street 00610-2 Vero Beach, FL 32960 OWNER PHONE NO: OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $1,829,671.40 CONTRACT NO: (If applicable) DESCRIPTION Of WORK: Bid No. 2017040 / Project No. 1705 - Indian River County Administration Complex Bldgs. A & B Roof Replacement PROJECT LOCATION: 1800 & 1801 27th Street Vero Beach, FL 32960 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. 00610-2 00610 - Public Construction Bond.doc F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\131d Documents\Master Contract Documents\00610 - Public Construction Bond.doc PUBLIC CONSTRUCTION BOND Bond No. 80143684 (enter bond number) BY THIS BOND, We Advanced Roofing, Inc. , as Principal and The Guarantee Company of North America USA , a corporation, as Surety, are bound to Indian River Board of County Commissioners , herein called Owner, in the sum of $ 1,829,671.40 , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated Ma 22 �, 2017 , between Principal and Owner for Bid No. 2017040 Project ct No. 1705 - Indian River County Administration the contract been construction of rnmyv Llaaynys n R Roof RepiaCemo�f g made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON May 18, 2017 , Advanced R ofin , Inc. Na of Principal) By Fgert P. Ytimhanies, Presidlt The Guarantee Company of North America USA Name of Surety) William Grefe Griffin, Attorney-in-FLt,'. 00610-3 00610 - Public Construction Bond.doc F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-AdmABId Documents\Master Contract Documents\00610 -Public Construction Bond.doc t k!t I:,e4l:.. CrLClU 0i9tC10 ,\P4Us(:1':1141'\' of Nlipt ii .1j. ."It 7t'I 'Ll :::, i l;: POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: 'that -FHL GUARANTEE COMPANY OF NORTH AMERICA USA, a cotponatlun ol(l;anvud ;an(I uxr.;hnq nntlel 1111: laws of elle Slate of Michigan, having its principal office ill Sout Miall, Miclugan, dues llereliy COoSlitute area appullll IMichacl Malmo. vVtlltant (,tale (a111U1, lune Ixylol, lin:ardU Uavda, Lculleu AIIIarlcan Gfubal l.l.0 Its true and lawful a110111ey(s)-in-fact to execute, seal and deliver for and un Its belfall as surely, any and ::III hontlt: a1d untlr:ditunlls. (:unUaas ul Indemnity and other wiftimms obliyaluly in the natclre tllere of, which ale Or play be allow(n , rerµlin:d ur pennillud L)y Inco, >;Irdulr:, ntl1,:, n IpUnUuu, runlrucl of uthemse. The exectlfurl of suCll II1SQ'elllleot(S) u1 pw'sululCe of these presents, shall Ela as bolding upon THE GUARANTEE GUIVI13ANY OF NURI'H AIVIEIRICA USA as lcUly and amply, 10 all illtentS and polposes, as it the salve had be:ell doly exec(Iled ':Ilei i:lcknuwledlted by it!; 1:(Illhlly uluch:ll oflu:um: td tilt: principal office. IhC I'1VUa:1 0l AIIonlcy V. cxuculcd and In.ly he cwtllfic41 su, ,.inti nl:ly 11,: I,:vuhcd, prole utl to ,.u,d lay aUl11ouly of /Ullt.l(: V,', ;,ut;hun U u;s Ill III,: fly awl adopted by the hoard of Din-Uurs Of THE GUARANTEE COMPANY OF NORTH AMERICA USA at it mu-eling held un the 3I''' d;ay Ill UucunlUul, zUUs The President, ur any Vice President, acting with ally Secretary Or Assistant uecletary, shall have powel and al.lthorily: I. fu appunl AUurnwy(s)-fn-last, and to atltlorize 111011 to execute un behalt of the Company, and attach the Surd ill 111,- c ulnpruly Ihr:u-lo, bunds arld ulderlakillrls, Coot, acts of indemnity and other writings ublfyatoly fn file niatul(- Iltr:lwuf; auu.l �. 1 u fevuke, eft arty lime, any such Attorney -in -fret allot revolve elle au.lU lurity given, exce)l as provided below 3. In connection with obligations in favor of the Fludda Deparhuent of 1 raulsputlatforl oily, it Is agl:etl INA lin; puwul anti ;lulhonly 11un:by ylvl;l to the Attorney -.ill -,=act incll.ldes any and all Consents for the release Of retained percentagus and/ol final eslinlah:r; un unyuu-enn(f anot comslruction Contracts required by the State of Flol'ida Department ul ll arlapurtatlolt. Il Is lolly I.ndelsluud 111,11 Cun::entiny to 111x. ;;talo-: Ill Florida fleparUnenl of lramportation making payment Of the filial estimate to the Gootraclol and/or its ac;slgnee, r:11ull nut n:hev,: lhr; suoay company of ally of its obligations under its bond. 4. In comieclion with Obligatfonts fn favor Of the Kentucky Department of 1 llghways unly, If is agreed that the powel illid i:u.11hunly hon:by ylvt:n lu the Altumey n -Favi carnet be modified Or revolted unless priol written personal notice of such f stent ha:; buen 111Vr;n to Ihu (;o1u11asunlel Depallmlenl (.)I I lighways of the C1Onnnunwealth Of KelltuCky at least thirty (30) d2lys prior to file InotliflcaUun (.)I n:vocidion. 1-urther, this Newel (it /homey i:; signed alld sealed by lacsfntile pctrsctarl to reSufutiun of Ill(! 13uautl of C d)in:clols' Ill 1110 r;un11)euly adul,l(af :II et n,ur:hny illy called and held un the 6th day of D(.cenlber 2011, Ot which the Ioltowirlg Is a true excel fel: RE-SOI.VI_D that the sfgnwme of ally aulhurized ull'icer and thO Seal 01 the Company may be: alhxed by lacsnnle to ;:111y 111mul Ill /\Ilonluy of r,(:Itdn;afion thelUOI authurizimg the exeCulion and delivery of any bund, undeilakiug, contacts of indemnity and ul11el wlitings ubllyatory Ill Ila: n:ah.ua; Illrn:ul. and such signature and seal when so used shall have the: same force and effect as tfluugfl nli:ulualty aliix(:(.l I"1. I.' Ihr MINItiti VVI It RF01-, THE GIIARAIVTF-1" (10111I�ANY OF NORTH AIUIFf•1(:A Ilti/\ lu,r c;ulr.,al Il,c: uu,Innrnnl lu I.,• :lnn,at nn,1 �--, ,Ir; curt u,I ale ;(::.tl l„ lw aallixad by its taulhurirre,f (Oliver, tnr.::_""',1:-Iy Ill (,)ctul.wI, :2116. ,,• i '1'I IF GUARANI EE COMPANY OF NORTH AMERICA U5A ��Y d,�y�:a w,Nnq._—_. �i %�,�'..� i�✓1�.:1-Cr.'s i' v'�L.. _ .... _. -IG!Y STATE OF MICHIGAN Stophell C. RtIschalc, Presidc:mt & ChiefOperating 011icur I:::uul:all fUlus ululall, ucruulrY County of Oaldamd Un this 21d day of Oclubel, 20 la helula nee Cane lilt, IIIdIV,duals Who exectlled Ille- plecedulll IIIStI UI,k:,ll, duly swum,IU Isle I)1y151111a1y I\I 1()w11, i.11 l,l 1r;ln,l 1, Ino hSaid that each Is the herein described and authorized office, of Ili( C;n::n anluw l;nnq)any Ill IVuIl11 Anemiate :;(,:;d Illo-v Y insfiunlanl is lhl.: Culf,urale::,eal Ill Said C:unry)any, Ileal the Uutpuralr.. tir..al :uu.l ,;:aril :;i�na,lnr(-: w,�l,.: ,.fury afhx,::,.t by u,,.l(.1 Ill it I-tu::u,l Ill (Uur'� tel ;Il l CyMilia A. Taka t IIV VVI I NFSi' VVI 11=.RI?t )F , I have her,�ulln N( -,'l illy I Iau(l ; d I h, : , „1; 1,; a 11,-.6ti:\•:.;f., IVufeuyPublic, Slates ui'Nliclliyar) C;ungrury of Nurttl Allierica USA ullica:s the day and ye;:ll uhuv,: wnitr;n County :,p:,;t•.w+,•'., ':"ofU�Ilc/arid my C:umnussiun F-xphes February ?7, '_078 f 7 flrliny in Ua/(larlc7 Couniy f I, Randall Musselmaul, ::iaClelary Of THE GUARANTEE COMPANY OF NORTH AMERICA USA, du I Iera:by cel fily ,het Ihr: ilbuve :.1110 lonaloti iy 15 and currect cupy of a flower of /\Mornay executed by THE GUARAN-I-EE COMPANY OF NORTH AMERICA USA, wim.:11„I:;; ;;till Ill fill Iwc,.: pnd ,al.>''l:f 1114”,11\1 VVI 1 NFSS VVI It'iRLiOt '., I have lhaleunlo set illy hated ;:Ind altatched the seal of said Congr.uly Il u:; +K ulyyl/' �'--L�:...�r�.-tee-' .. yam,%r-. • Rall,: -.all IUlur.-:ulm:an, "CeA:Io+ialy ACOR D®CERTIFICATE OF LIABILITY INSURANCE 5/18/201"7 ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS , CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. 0. BOX 1927 Pompano Beach FL 33061 CONTACT NAME: PHONE (954) 943-5050 FAX (954)943-5417 EMAILDDRE .SANDI@furmaninsurance.com - INSURERS AFFORDING COVERAGE NAIC# INSURER ANational Fire Ins of Hartford 20478 INSURED Advanced Roofing Inc; Advanced Leasing Inc 1950 N W 22 St Ft Lauderdale FL 33311 INSURER B.Valley Forge Insurance Company 20508 INSURER C'American Guarantee and Liab 26247 INSURER D:Brid efield Employers Ins Co 10701 INSURERE:Continental Casualty Co 20443 INSURER F: COVERAGES CERTIFICATE NUMBER Apr 17 w/ forms REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE D BR POLICY NUMBER POLICY EFF MMI DIYYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCLRRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TC RENTED 100,000 P E MIS.a o c rren e $ A CLAIMS -MADE FX_I OCCUR X Y 6017071866 /1/2017 1/1/2018 MED EXP (Aiy one person) $ 15, 000 PERSONAL &ADV INJURY $ 11000,000 X Per Proj Agg Contractual Liability & X Contractual & XCU GENERALA3GREGATE $ 2,000,000 road Form PD Damage & GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 CU Liability Included 17 POLICY X PRO- LOC $ AUTOMOBILE LIABILITYEa aBINEDt SINGLE LIMIT 11000,000 B X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS X Y 6017071849 /1/2017 1/1/2018 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE Per accident)$ X Nonown-Phy Dm $ X UMBRELLA LIAR X OCCUR UC930367415 EACH OCCLRRENCE $ 25, 000, 000 C EXCESS LIAB CLAIMS -MADE mb is excess of all AGGREGATE $ 25, 000, 000 DED X RETENTION zer $ overage incl WC /1/2017 1/1/2018 D WORKERS COMPENSATION Y WC STATU- OTH- AND EMPLOYERS' LIABILITY YIN X I Y LIM E.L. EACH A;CIDENT $ 11000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? IKN I A E.L. DISEASE - FA EMPLOYE $ 1,000,000 (Mandatory in NH) 083056020 1/1/2017 1/1/2018 If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below E INSTALLATION FLOATER 4016260407 /1/2017 1/1/2018 Any In, Jobsite $2,000,000 5% WIND/HAIL DED$1000.AOP Any One Occurrence $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I. VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Bid No. 2017040; Project Number: 1705; Project: Indian River County Administration Complex Buildings A & B Roof Replacement Indiian River County, 1800 & 1801 27th Street, Vero Beach, FL 32960. Indian River County, Engineer, and others as required by written contract are known as an Additional Insured as respects to General Liability and Automobile Liability as required by written contract subject to policy terms and conditions. Waiver of Subrogation in favor of the aforementioned Additional Insureds as respects to General Liability, Automobile Liability and Workers Compensation as required by written contract subject to policy terms and conditions. Umbrella is excess of GL, AL, and EL. 30 days N.O.C. f%cnTicl�A u ^'" """'L;^ CANCELLATION purchasing@ircgov.com Indian River County Public Works Department 1801 27th Street Vero Beach, FL 32960 ACORD 25 (2010105) INS025 oninnF%m SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/CS ©1988-2010 ACORD CORPORATION. All rights reserved. T1- Ar:f1R11 names and Inns aro runic}arnH mar4c of Ar:rlpn SECTION 00622 - Contractor's Application for Payment INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2017040 Project No.: 1705 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2): $ 4. Total completed and stored to date: $ 5. Retainage (per Agreement): • of completed Work: • of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION 6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: . UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00622 -Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 2. Updated Construction Schedule per Specification Section 01310, and Dated STATE OF FLORIDA COUNTY OF INDIAN RIVER By: Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared who being by me first duly sworn upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of , 20 (SEAL) Please remit payment to: Contractor's Name: is personally known to me or has produced as identification. NOTARY PUBLIC: Printed name: Commission No.: Commission Expiration: Address: 4 [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\l-Admin\Bid Documents\Master Contract Documents\00622 -Contractors Application for Payment - 03-10 rev.doc Rev. 05/01 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, Page 3 of 5 a corporation, in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary STATE OF FLORIDA COUNTY OF INDIAN RIVER Corporate Surety Business Address BY: Print Name: Title: (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the _ and that he/she has been authorized by by the OWNER to the CONTRACTOR of the Payment. Subscribed and sworn to befor 20 for it to approve payment foregoing Contractor's Application for me this day of Notary Public, State of _ My Commission Expires: [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Doc6ments\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 4of5 CERTIFICATION OF ENGINEER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because am not in a position to accurately determine that issue. Dated SIGNATURE [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622-4 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin0id Documents\Master Contract Occuments\00622 -contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00622 - ConVactor's Application for Payment - 03-10 rev.doc Rev. 05/01 L 0 6 rl% z 0 0 Z 4- u u u v 0. o CL a Q c a� m a SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 OWNER: Indian River County. CONTRACTOR - CONTRACT FOR:INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT Project No.: 1705 Project Description: The Project involves the removal and disposal of the existing tile roof system including flashing, sheet metal, and underlayment down to the existing nailable wood substrate for inspection; remove any moisture contaminated, deteriorated, or damaged nailable substrate and insulation as directed by Owner/Architect; and repair any rusted steel deck before installing new replacement materials; mechanically fasten standing seam metal roof panel clips through the insulation system into the structural steel deck and install new standing seam metal roof system; provide new sheet metal flashing and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. OWNER's Bid No. 2017040 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To - OWNER And T CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 calendar days of the above date of Substantial Completion. 00630 - Certificate of Substantial Completion REV 04-07.doc 00630-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00630 -Certificate of Substantial Completion REV 04-07.doc The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER:- CONTRACTOR:- The WNER:CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: ENGINEER: By: (Authorized Signature) (Date). CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION * * 00630 - Certificate of Substantial Completion REV 04-07.doc 00630-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00630 - Certificate of Substantial Completion REV 04-07.doc SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: INDIAN RIVER COUNTY ADMINISTRATION BUILDINGS A & B ROOF REPLACEMENT IRC PROJECT NO: 1705 STATE OF _ COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of ,20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 00632-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc 5. The Work is complete and ready for final acceptance by the OWNER. 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Corporate Seal) (Contractor) M Subscribed and sworn to before me this _ day of , 20, Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 101515th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.....................................................................................................5 1.01 Defined Terms...................................................................................................................................5 1.02 Terminology.......................................................................................................................................7 ARTICLE 2 - PRELIMINARY MATTERS......................................................................................................................8 2.01 Delivery of Bonds..............................................................................................................................8 2.02 Copies of Documents.........................................................................................................................8 2.03 Commencement of Contract Times, Notice to Proceed ...................................................................8 2.04 Starting the Work...............................................................................................................................8 2.05 Before Starting Construction.............................................................................................................8 2.06 Preconstruction Conference.............................................................................................................9 2.07 Initial Acceptance of Schedules........................................................................................................9 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE................................................................9 3.01 Intent..................................................................................................................................................9 3.02 Reference Standards........................................................................................................................10 3.03 Reporting and Resolving Discrepancies...........................................................................................10 3.04 Amending and Supplementing Contract Documents.......................................................................10 3.05 Reuse of Documents.........................................................................................................................10 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS.....................................................................................................................................................11 4.01 Availability of Lands...........................................................................................................................11 4.02 Subsurface and Physical Conditions................................................................................................11 4.03 Differing Subsurface or Physical Conditions.....................................................................................11 4.04 Underground Facilities......................................................................................................................12 4.05 Reference Points...............................................................................................................................13 4.06 Hazardous Environmental Condition at Site.....................................................................................13 ARTICLE 5 - BONDS AND INSURANCE.....................................................................................................................14 5.01 Performance, Payment, and Other Bonds........................................................................................14 5.02 Licensed Sureties and Insurers........................................................................................................15 5.03 Certificates of Insurance...................................................................................................................15 5.04 CONTRACTOR's Liability Insurance................................................................................................15 5.05 OWNER's Liability Insurance............................................................................................................16 5.06 Property Insurance............................................................................................................................16 5.07 Waiver of Rights................................................................................................................................17 5.08 Receipt and Application of Insurance Proceeds...............................................................................18 5.09 Acceptance of Bonds and Insurance; Option to Replace.................................................................18 5.10 Partial Utilization, Acknowledgment of Property Insurer...................................................................18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES.................................................................................................18 6.01 Supervision and Superintendence....................................................................................................18 6.02 Labor, Working Hours.......................................................................................................................19 6.03 Services, Materials, and Equipment.................................................................................................19 6.04 Progress Schedule............................................................................................................................19 6.05 Substitutes and "Or-Equals"..............................................................................................................19 6.06 Concerning Subcontractors, Suppliers, and Others........................................................................21 00700 - General Conditions REV 5-10-13.doc 00700-2 F:\Public WOrks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Docu nmtsWaster Contract Documents\00700 - General Conditions REV 5-10-13.doc 6.07 Patent Fees and Royalties................................................................................................................22 6.08 Permits...............................................................................................................................................22 6.09 Laws and Regulations.......................................................................................................................22 6.10 Taxes.................................................................................................................................................22 6.11 Use of Site and Other Areas.............................................................................................................22 6.12 Record Documents...........................................................................................................................23 6.13 Safety and Protection........................................................................................................................23 6.14 Safety Representative.......................................................................................................................24 6.15 Hazard Communication Programs....................................................................................................24 6.16 Emergencies.: ................................................................................................................................... 24 6.17 Shop Drawings and Samples............................................................................................................24 6.18 Continuing the Work..........................................................................................................................25 6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................25 6.20 Indemnification..................................................................................................................................26 ARTICLE 7 - OTHER WORK........................................................................................................................................26 7.01 Related Work at Site.........................................................................................................................26 7.02 Coordination......................................................................................................................................27 ARTICLE 8 - OWNER'S RESPONSIBILITIES.............................................................................................................27 8.01 Communications to Contractor.........................................................................................................27 8.02 Replacement of ENGINEER.............................................................................................................27 8.03 Furnish Data......................................................................................................................................27 8.04 Pay Promptly When Due...................................................................................................................27 8.05 Lands and Easements, Reports and Tests......................................................................................27 8.06 Insurance...........................................................................................................................................28 8.07 Change Orders..................................................................................................................................28 8.08 Inspections, Tests, and Approvals....................................................................................................28 8.09 Limitations on OWNER's Responsibilities........................................................................................28 8.10 Undisclosed Hazardous Environmental Condition...........................................................................28 8.11 Evidence of Financial Arrangements................................................................................................28 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION.............................................................................28 9.01 OWNER'S Representative................................................................................................................28 9.02 Visits to Site.......................................................................................................................................28 9.03 Project Representative......................................................................................................................28 9.04 Clarifications and Interpretations.......................................................................................................29 9.05 Authorized Variations in Work...........................................................................................................29 9.06 Rejecting Defective Work..................................................................................................................29 9.07 Shop Drawings, Change Orders and Payments..............................................................................29 9.08 Determination for Unit Price Work....................................................................................................29 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work .............................29 9.10 Limitations on ENGINEER's Authority and Responsibilities.............................................................30 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS....................................................................................................30 10.01 Authorized Changes in the Work....................................................................................................30 10.02 Unauthorized Changes in the Work................................................................................................30 10.03 Execution of Change Orders...........................................................................................................30 10.04 Notification to Surety .......................................................................................................................31 10.05 Claims and Disputes.......................................................................................................................31 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK...............................................32 11.01 Cost of the Work..............................................................................................................................32 11.02 Cash Allowances.............................................................................................................................34 00700 - General Conditions REV 5-10-13.doc 00700-3 F:\Pubfic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\I-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 11.03 Unit Price Work...............................................................................................................................34 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES..............................................34 12.01 Change of Contract Price................................................................................................................34 12.02 Change of Contract Times..............................................................................................................35 12.03 Delays Beyond CONTRACTOR's Control......................................................................................35 12.04 Delays Within CONTRACTOR's Control........................................................................................35 12.05 Delays Beyond OWNER'S and Contractor's Control.....................................................................35 12.06 Delay Damages...............................................................................................................................36 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK..................................................................................................................................36 17.01 Giving Notice...................................................................................................................................44 13.01 Notice of Defects.............................................................................................................................36 17.02 Computation of Times.....................................................................................................................44 13.02 Access to Work...............................................................................................................................36 17.03 Cumulative Remedies.....................................................................................................................44 13.03 Tests and Inspections.....................................................................................................................36 17.04 Survival of Obligations.....................................................................................................................45 13.04 Uncovering Work.............................................................................................................................37 17.05 Controlling Law................................................................................................................................45 13.05 OWNER May Stop the Work..........................................................................................................37 13.06 Correction or Removal of Defective Work......................................................................................37 13.07 Correction Period............................................................................................................................37 13.08 Acceptance of Defective Work........................................................................................................38 13.09 OWNER May Correct Defective Work............................................................................................38 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION.......................................................................39 14.01 Schedule of Values.........................................................................................................................39 14.02 Progress Payments.........................................................................................................................39 14.03 CONTRACTOR's Warranty of Title.................................................................................................40 14.04 Substantial Completion...................................................................................................................41 14.05 Partial Utilization..............................................................................................................................41 14.06 Final Inspection...............................................................................................................................42 14.07 Final Payment.................................................................................................................................42 14.08 Final Completion Delayed.............................................................................................42 14.09 Waiver of Claims.............................................................................................................................43 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.................................................................................43 15.01 OWNER May Suspend Work.........................................................................................................43 15.02 OWNER May Terminate for Cause................................................................................................43 15.03 OWNER May Terminate For Convenience....................................................................................44 15.04 CONTRACTOR May Stop Work or Terminate...............................................................................44 ARTICLE 16 - DISPUTE RESOLUTION......................................................................................................................44 16.01 Methods and Procedures................................................................................................................44 ARTICLE 17 - MISCELLANEOUS................................................................................................................................. 17.01 Giving Notice...................................................................................................................................44 17.02 Computation of Times.....................................................................................................................44 17.03 Cumulative Remedies.....................................................................................................................44 17.04 Survival of Obligations.....................................................................................................................45 17.05 Controlling Law................................................................................................................................45 00700 - General Conditions REV 5-10-13.doc 00700-4 FAPubfic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacetnent\l-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. '2. Agreement --The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupa- tional Safety and Health Administration. 5. Bid—The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements --The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds --Performance and payment bonds and other instruments of security. 9. Change Order --A document recommend- ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times --The number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final pay- ment. 15. CONTRACTOR—The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work --See paragraph 11.01.A for definition. 00700 - General Conditions REV 5-10-13.doc 00700-5 FAPubfic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\I-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 17. Drawings—That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER—The individual or entity named as such in the Agreement. 21. Field Order --A written order issued by ENGINEER which requires 'minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. General Requirements -Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifica- tions. 23. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 25. Laws and Regulations, Laws or Regulat- ions—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govern- mental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Comple- tion of all the Work. 28. Notice of Award—The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER --The individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization—Use by OWNER of a substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 32. PCBs—Polychlorinated biphenyls. 33. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 34. Project --The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual --The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 36. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 37. Resident Project Representative --The authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 00700 - General Conditions REV 5-10-13.doc 00700-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc 38. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site—Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications --That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor—An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier --A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 46. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 47. Unit Price Work --Work to be paid for on the basis of unit prices. 48. Work—The entire completed construction or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 49. Work Change Directive—A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design 00700 - General Conditions REV 5-10-13.doc 00700-7 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.10 or any other provision of the Contract Documents. B. Day 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recom- mendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.04 or 14.05). D. Furnish, Install, Perform, Provide 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times, Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Pro- ceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Docu- ments: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the 00700 - General Conditions REV 5-10-13.doc 00700-8 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Rep1acement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRAC- TOR shall submit to ENGINEER for its timely review: 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specked in the Contract Documents; 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for sub- mitting, reviewing, and processing such submittal; and 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05.6. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract 00700 - General Conditions REV 5-10-13.doc 00700-9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin0d Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifica- tions, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the stan- dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- ees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Con- tract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to ENGINEER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity, or discrepancy unless CON- TRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) ENGINEER's approval of a Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarifi- cation. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or 00700 - General Conditions REV 5-10-13.doc 00700- 10 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A 8 B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGI- NEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementa- ry Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes,. including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which CONTRAC- TOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 00700 - General Conditions REV 5-10-13.doc 00700- 11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or. physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. ENGINEER's Review. After receipt of written notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an in- crease or decrease in CONTRACTOR's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in para- graph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.08 and 11.03. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for COW TRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as re- quired by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or com- pleteness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and CONTRAC- TOR shall have full responsibility for: a. reviewing and checking all such information and data, 00700 - General Conditions REV 5-10-13.doc 00700-12 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGI- NEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. 2. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, OWNER or CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 4.05 Reference Points A. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CON- TRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the ENGINEER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. 00700 - General Conditions REV 5-10-13.doc 00700- 13 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER and ENGI- NEER (and promptly thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in paragraph 10.05. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds 00700 - General Conditions REV 5-10-13.doc 00700-14 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Com- panies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.13, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. OWNER r -,hall dt;IWAr U4 CONTRACTOR, With GiGpies to A;;nh :;dd0tkqP;;I the Supple 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be per- formed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, mainte- nance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's 00700 - General Conditions REV 5-10-13.doc 00700- 15 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc Consultants, and any other individuals or entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13.07; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 5.05 OWNER's Liability Insurance 5.06 Property Insurance 00700 - General Conditions REV 5-10-13.doc 00700- 16 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc 5.07 Waiver of Rights D. OWNER shall not be responsible for purchas- ing and maintaining any property insurance specified in this paragraph 5.06 to protect the interests of CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by CONTRACTOR, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 00700 - General Conditions REV 5-10-13.doc 00700- 17 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc 5.08 Receipt and Application of Insurance Proceeds 5.09 Acceptance of Bonds and Insurance; Option to Replace 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Workas provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 00700 - General Conditions REV 5-10-13.doc 00700- 18 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CON- TRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superintendent thereto who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. 6.02 Labor, Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Docu- ments. CONTRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent (which will not be unreasonably withheld) given after prior written notice to ENGINEER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifica- tions shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- cated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additional- ly will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Written Amendment in accor- dance with Article 12. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification, or description contains or is followed by words reading that no like, equivalent, or `or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to ENGINEER for review under the circumstances described below. 1. "Or -Equal" Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in 00700 - General Conditions REV 5-10-13.doc 00700- 19 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substi- tute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an .or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGI- NEER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the pro- posed substitute item will prejudice CONTRACTOR's achievement of Substan- tial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substi- tute item in connection with the Work is sub- ject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, se- quence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.6. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise 00700 - General Conditions REV 5-10-13.doc 00700-20 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CONTRACTOR to furnish at CONTRACTOR's ex- pense a special performance guarantee or other surety with respect to any substitute. E. ENGINEER's Cost Reimbursement: ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.13 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so pro- posed or submitted by CONTRACTOR, CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reason- able objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcon- tractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcon- tractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontrac- tors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to commu- nicate with ENGINEER through CONTRACTOR. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.06, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants, and all other individuals or entities 00700 - General Conditions REV 5-10-13.doc 00700-21 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. B. If CONTRACTOR performs any Work know- ing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consum- er, use, and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. B. OWNER qualifies for state and local sales tax exemption in the purchase of all material and equipment. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of 00700 - General Conditions REV 5-10-13.doc 00700-22 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. B. Removal of Debris During Performance of the Work. During the progress of the Work CONTRAC- TOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materi- als, rubbish, and other debris shall conform to applica- ble Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the com- pletion of the Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifica- tions, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGI- NEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to ENGINEER for OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may . be affected by the Work; 2. all the Work and materials and equip- ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by 00700 - General Conditions REV 5-10-13.doc 00700-23 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.6 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material. safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700 - General Conditions REV 5-10-13.doc 00700-24 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and,. in addition, shall cause a specific notation to be made on each Shop Drawing and Sample sub- mitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and ENGI- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR shall direct speck attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.18 Continuing the Work . A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.04 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. 00700 - General Conditions REV 5-10-13.doc 00700-25 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin0d Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Sub- stantial Completion by ENGINEER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- fied party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compen- sation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CON- TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's Consultants or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. ARTICLE 7 - OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700 - General Conditions REV 5-10-13.doc 00700-26 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to CONTRACTOR prior to starting any such other work; and 2. if OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in paragraph 10.05. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is per- forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work per- formed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects, or deficien- cies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, OWNER shall issue all communi- cations to CONTRACTOR through ENGINEER. 8.02 Replacement of ENGINEER A. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer to whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.03 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.04 Pay Promptly When Due A. OWNER shall make payments to CONTRAC- TOR promptly when they are due as provided in paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 00700 - General Conditions REV 5-10-13.doc 00700-27 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the Contract Documents. 8.06 Insurance A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. OWNER is obligated to execute Change Orders as indicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in paragraph 13.03.13. 8.09 Limitations on OWNER's Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.11 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and will not be changed without written consent of OWNER and ENGINEER. 9.02 Visits to Site A. ENGINEER will make visits to the Site at intervals appropriate to the various stages of construc- tion as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER, for the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Con- tract Documents. ENGINEER will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that.the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.10, and particularly, but without limitation, during or as a result of ENGINEER's visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If OWNER and ENGINEER agree, ENGI- NEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 00700 - General Conditions REV 5-10-13.doc 00700-28 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.10 and in the Supplementary Conditions. If OWNER designates another represen- tative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Clarifications and Interpretations A. ENGINEER will issue with reasonable promptness such written clarifications or interpreta- tions of the requirements of the Contract Documents as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER and CON- TRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph 10.05. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compati- ble with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as provided in paragraph 10.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.07 Shop Drawings, Change Orders and Payments A. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraph 6.17. B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. C. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. 9.08 Determinations for Unit Price Work A. ENGINEER will determine the actual quanti- ties and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or 00700 - General Conditions REV 5-10-13.doc 00700-29 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Responsibilities A. Neither ENGINEER's authority or respon- sibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- tractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibil- ity set forth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Repre- sentative, and assistants. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the case of uncovering Work as provided in paragraph 13.04.B. 10.03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1. changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01.A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER 00700 - General Conditions REV 5-10-13.doc 00700-30 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regula- tions, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. 10.05 Claims and Disputes A. Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.B. Each Claim shall be accom- panied by claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B. ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. 00700 - General Conditions REV 5-10-13.doc 00700-31 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10.05.13, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing parry, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in para- graph 11.01.13. 2. Cost of all materials and equipment furnished and incorporated in the Work, includ- ing costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CON- TRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in this para- graph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary trans- portation, travel, and subsistence expenses of CONTRACTOR's employees incurred in dis- charge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip- ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not con- sumed which remain the property of CON- TRACTOR. 00700 - General Conditions REV 5-10-13.doc 00700-32 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc C. Rentals of all construction equip- ment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. e . Deposits lost for causes other than negligence of CONTRACTOR, any Sub- contractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- tained by CONTRACTOR in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.6. C. CONTRACTOR's Fee: When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change 00700 - General Conditions REV 5-10-13.doc 00700-33 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth in paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.6, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.02 Cash Allowances A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaran- teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deter- minations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be ade- quate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accor- dance with paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the ENGINEER and the other party to the Contract in accordance with the provisions of para- graph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11.03 ); or 2. where the Work involved is not cov- ered by unit prices contained in the Contract 00700 - General Conditions REV 5-10-13.doc 00700-34 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 12.01.C.2); or 3. where the Work involved is not cov- ered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under para- graphs 11.01.A.1 and 11.01.A.2, the CONTRACTOR's fee shall be 15 percent; b. for costs incurred under paragraph 11.01.A.3, the CONTRACTOR's fee shall be five percent; c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcon- tractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.A.4, 11.01.A.5, and 11.01.13; e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A. The Contract Times (or Milestones) will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRAC- TOR. 12.05 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount 00700 - General Conditions REV 5-10-13.doc 00700-35 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 12.06 Delay Damages A. In no event shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CONTRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to delay, interference, or disruption directly attributable to actions or inactions of OWNER or anyone for whom OWNER is responsible. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. &T `'- - - C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full .responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspec- tion or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- TRACTOR without written concurrence of ENGI- NEER, it must, if requested by ENGINEER, be uncov- ered for observation. F. Uncovering Work as provided in paragraph 13.03.E shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice 00700 - General Conditions REV 5-10-13.doc 00700-36 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable prompt- ness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGI- NEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. B. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGI- NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose, or otherwise make available for observation, inspec- tion, or testing as ENGINEER may require, that portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observa- tion, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.05 OWNER May Stop the Work 13.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGI- NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.07 Correction Period A. #FeFi:�. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. B. Of eq61iPFA8Rt *6 plaGed OR GORtiRI-10:11-16 GA -P.9 befelce G_A_F1qPIeti9R of all the WoFk, the 00700 - General Conditions REV 5-10-13.doc 00700-37 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- ment, ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to ENGINEER's recom- mendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. 13.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's Consultants access to the Site to enable OWNER to exercise the rights and remedies under this paragraph. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13.09. 00700 - General Conditions REV 5-10-13.doc 00700-38 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The schedule of values established as provid- ed in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- NEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equip- ment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B.- Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.08, and to any other qualifications stated in the recommendation); and c. The conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is . ENGINEER's responsibility to observe the Work. 3. By recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) inspec- tions made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the 00700 - General Conditions REV 5-10-13.doc 00700-39 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recommending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recom- mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.02.6.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accor- dance with paragraph 13.09; or d CAIGIAIFFR hx adwal L.,n\. edge of ated in paFagFaph 15.02.A. C. Payment Becomes Due D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a speck Bond satisfactory to OWNER to secure the satisfaction anddischarge of such Liens; c. there are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C.1. 14.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated 00700 - General Conditions REV 5-10-13.doc 00700-40 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefore. If €hIGINIPPIRseps,dt;rs—tht; Work ke INFOMBIF11 tion t„ ENGINEER as to--aRY if, aftel: r.Pr-t0f4r,;;tt; to OWNER notify CONTRACTOR of Q1A1hIF=R'6 ()bjeGt!9R6, _EI E=h1QAICCL? dill wmthmA wilt 14 `lays exen„tn and of the te-Ataative rPeartifirVate of Substantial GeMpletiOR FeSPORGibilitieS pending final payment behAfeep Q1A1hIF=R ;;Ad CONTRACTOR with F86PGGt to seGUIFity, GpWatiGR, safety, and PFGteGti0R of the Work, infnrm GAIGIAICCD in Writinn nrinr to CAIGIAICCCYs s6wing the definitive r-,ertifirVate of Substantial Gample paymeRt. B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- TRACTOR reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions. 1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substan- tially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Work may occur prior to 00700 - General Conditions REV 5-10-13.doc 00700-41 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin0d Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc compliance with the requirements of paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of ENGINEER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and other documents, CONTRACTOR may make application for final payment follow- ing the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.6.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satis- fied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CON- TRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in . the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted 00700 - General Conditions REV 5-10-13.doc 00700-42 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin0d Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specked therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRAC- TOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CON- TRACTOR shall resume the Work on the date so fixed. as provided in paragFaph 1 15.02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- TRACTOR from liability. 00700 - General Conditions REV 5-10-13.doc 00700-43 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc 15.03 OWNER May Terminate For Convenience A. Upon seven days written notice to CON- TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such termination. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, or 01AXIER faffils for 20 days to pay G TRACTOR Any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, or OWNER has failed for 3Q days to pay C-C-ATIR-A.GTOR any sum finally deter.mined to he d, I CONTRACTOR may, seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9.09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies 00700 - General Conditions REV 5-10-13.doc 00700-44 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc A. The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or comple- tion of the Agreement. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 00700 - General Conditions REV 5-10-13.doc 00700-45 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00700 - General Conditions REV 5- 10-13.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction . SC —1.00 Defined Terms Sc — 1.01 Terminology SC —1.02 Before Starting Construction SC — 2.05 Preconstruction Conference SC — 2.06 Coordination of Plans, Specifications, and Special Provisions SC — 3.06 Subsurface and Physical Conditions SC — 4.02 Performance, Payment and Other Bonds SC — 5.01 Certificates of Insurance SC — 5.03 CONTRACTOR'S Liability Insurance SC — 5.04 OWNER's Liability Insurance SC — 5.05 Property Insurance SC — 5.06 Waiver of Rights SC - 5.07 Receipt and Application of Insurance Proceeds SC — 5.08 Acceptance of Bonds and Insurance; Option to Replace SC — 5.09 Labor; Working Hours SC — 6.02 Concerning Subcontractors, Suppliers and Others SC — 6.06 Permits SC — 6.08 Cost of the Work SC — 11.01 Test and Inspections SC — 13.03 OWNER May Stop the Work SC — 13.05 Correction Period SC — 13.07 Progress Payments SC — 14.02 Substantial Completion SC — 14.04 00800-i 00800 - Supplementary Conditions 05-13 rev.doc 00800 IF:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc Final Payment SC — 14.07 OWNER May Suspend Work SC —15.01 OWNER May Terminate for Cause SC — 15.02 OWNER May Stop Work or Terminate SC — 15.04 Mediation SC —16.02 Liens SC — 17.06 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ 00800 -ii 00800 - Supplementary Conditions 05-13 rev.doc 00800 IIF:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC -1.00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. SC -1.01 Defined Terms SC -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install" shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use. SC -2.05 Before Starting Construction SC -2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its place: C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. SC -2.06 Preconstruction Conference SC -2.06 Delete paragraph GC -2.06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2.05.13, procedures 00800-1 00800,- Supplementary Conditions 05-13 rev.doc 00800 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual "Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. 00800-2 00800 - Supplementary Conditions 05-13 rev.doc 00800 2F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8: C. In the preparation. of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: Roadway Soil Survey: NONE D. Reports and drawings itemized in SC -4.02.0 are not included with the Bidding Documents. Copies may be examined at Indian River County Administration Building, Public Works, 1801 27th Street, Vero Beach, FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents. SC -5.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04.8: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and 00800-3 00800- Supplementary Conditions 05-13 rev.doc 00800 3F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 2. Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Premises/Operations b. Products/Completed Operations C. Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground. 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Owned Autos b. Hired Autos C. Non -Owned Autos. 4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work. 5. Special Requirements: a. Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance. C. The OWNER will be given thirty (30) days notice, prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have Best's Rating of A -VII or better. D. Additional Insureds: 1. In addition to "Indian River County, Florida," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: NONE. 00800-4 00800 - Supplementary Conditions 05-13 rev.doc 00800 4F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, 8, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 00800-5 00800 - Supplementary Conditions 05-13 rev.doc 00800 5F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a. Indian River County, Florida SC -5.07 Waiver of Rights SC -5.07 Delete GC -5.07 (paragraphs A, B, and C) in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5.08 Delete GC -5.08 (paragraphs A and B) in its entirety. SC -5.09 Acceptance of Bonds and Insurance; Option to Replace SC -5.09 Delete GC-5.09(paragraph A)in its entirety. SC -6.02 Labor; Working Hours SC -6.02.8. Add the following paragraphs immediately after paragraph GC -6.02.8: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No work shall commence before 7 a.m. or continue after 5 p.m. except in case of emergency upon specific permission of the ENGINEER. 00800-6 00800 - Supplementary Conditions 05-13 rev.doc 00800 6F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06. C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A"): A. Indian River County Administration Complex Building A & B Roof Replacement Building Permit # 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item in which the work is most closely associated with. SC -11.01 Cost of the Work SC -11.01.A.1. Delete paragraph GC -11.01.A.1 in its entirety, and insert the following sentences in its place: CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC -2.06.13) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13.03.6. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents 00800- 00800 - Supplementary Conditions 05-13 rev.doc 00800 7F:\Publ1c Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.6 shall be paid as provided in said paragraph 13.04.6; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May Stop the Work SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. SC -13.07 Correction Period SC -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SC -13.0713. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its place B. In special circumstances where a particular item of equipment is placed in continu- ous service before Final Completion of all the Work, the correction period for that 00800-8 00800,- Supplementary Conditions 05-13 rev.doc 00800 8F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. SC -14.02 Progress Payments SC -14.02.B.5. Delete paragraph GC-14.02.B.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.B.5. Add the following sentences at the end of paragraph GC-14.02.B.5.- e. C-14.02.8.5: e. OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC -14.04 Substantial Completion SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions, delete the remainder of paragraph 14.04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on 00800-9 00800 - Supplementary conditions 05-13 rev.doc 00800 9F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.04B Add the following new paragraph immediately after paragraph GC 14.048: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees SC -14.07 Final Payment SC -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the " Local Government Prompt Payment Act", Florida Statutes section 218.70, et. seq. SC -15.01 OWNER May Suspend Work SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension. SC -15.02 OWNER May Terminate For Cause SCA 5.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after paragraph GC -15.02.A.4: 5. CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of Dewatering Water From the Construction Site." 6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers. SC -15.04 CONTRACTOR May Stop Work or Terminate SC -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A: er "QAINIFER fails fner 2-0- ddayl; to pay GONITRACTOR aRY 661M finally detIBIFFAiRed to be SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: ate; 00800-10 00800 - Supplementary Conditions 05-13 rev.doc 00800 1 OFAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -16 DISPUTE RESOLUTION SC -16.02 Mediation SC -16 Add the following new paragraph immediately after paragraph GC -16.01. SC -16.02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 191 Judicial Circuit in Indian River County unless delay in initiating mediation would irrevocably prejudice one of the parties. The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed. SC -17 Miscellaneous SC -17.06 Liens Add the following new paragraphs immediately after paragraph GC17.05: SC -17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub - subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit -claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. ++END OF SUPPLEMENTARY CONDITIONS++ 00800-11 00800 - Supplementary Conditions 05-13 rev.doc 00800 11 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc DATE OF ISSUANCE: SECTION 00942 - Change Order Form No. EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT OWNER's Project No. 1705 OWNER'S Bid No. 2017040 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ Net Increase (Decrease) from $ previous Change Orders No. to Contract Price prior to this $ Change Order: Net increase (decrease) of this $ Change Order: Contract Price with all approved $ Change Orders: ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time: (days or dates) Substantial Completion: Final Completion: Net change from previous Change Orders No. to (days) Substantial Completion: Final Completion: Contract Time prior to this Change Order: (days or dates) Substantial Completion: Final Completion: Net increase (decrease) this Change Order: (days or dates) Substantial Completion: - Final Completion: Contract Time with all approved Change Orders: (days or dates) Substantial Completion: Final Completion: RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: 00942 - Change Order Form REV 04-07.doc 00942-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admih\Bid Documents\Master Contract Documents\00942 -Change Order Form REV 04-07.doc Rev. 05/01 SECTION 00946 - Field Order Form DATE OF ISSUANCE: Field Change No.: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT OWNER's Project No. 1705 OWNER'S Bid No. 2017040 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Distribution: Field Operations Officer Others as Required: On-site Supervisor Project File * * END OF SECTION * * Date 00946 - Field Order Form REV 04-07.doc FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\00946 - Field Order Form REV 04-07.doc DATE OF ISSUANCE: SECTION 00948 - Work Change Directive EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT OWNER's Project No. 1705 You are directed to proceed promptly with the following changes: Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices II Unit Prices II Lump Sum ❑ Other: [1 By Change Order: Method of determining change in Contract Times [1 Contractor's Records [1 Engineer's Records F1 Other: [1 By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. ACCEPTED: RECOMMENDED: APPROVED: By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date: * * END OF SECTION * * FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin0d Documents\Master Contract Documents\00948 - Work Change Directive Rev 06-2013.doc DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO. SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS, PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 CLOSEOUT PROCEDURES 01770 PROJECT RECORD DOCUMENTS 01781 POST FINAL INSPECTION 01820 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\DIVISION 1 GENERAL REQUIREMENTS.doc SECTION 01009 SPECIAL PROVISIONS 1.1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. B. Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule. If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take such steps as may be necessary to improve progress, all without additional cost to the OWNER. The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions, SC -6.02. C. All salvageable material and equipment for which specific use, relocation or other disposal is not specifically noted, shall remain the property of the OWNER and shall be delivered to the OWNER at the following location: 4550 41St Street, at the CONTRACTOR's expense. All material and equipment not in salvageable condition, as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR, at the CONTRACTOR's expense. D. In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. 01009-1 01009 -Special Provisions F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01009 - Special Provisions.doc SECTION 01024 FORCE ACCOUNT 1.1 General CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. The force Account is intended as a contingency for unforeseen work. 1.1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule. The value of force account work will be determined in accordance with Article 12 of the General Conditions. + + END OF SECTION + + 01024-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid DocumentsWaster Contract Documents\01024 - Force Account.doc SECTION 01050 FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. Be solely responsible for all locations, dimensions and levels. No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross -sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. 1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents. Immediately notify the ENGINEER upon discovery of any errors, inaccuracies or omissions in the survey data. The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate, without any reasonably inferable errors, inaccuracies or omissions. 1050-1 01050 Field Engineering F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01050 -Field Engineering.doc B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks, reference points and property corners and will be responsible for any mistake or loss of time caused by their unnecessary loss or disturbance. If the loss or disturbance of the stakes or marks cause a delay in the Work, the CONTRACTOR shall have no claim for damages or extension of time. Control stakes, benchmarks, reference points and property corners disturbed by the CONTRACTOR's work shall be replaced by a Florida Registered Land Sur- veyor and Mapper, at the CONTRACTOR's expense. In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due the CONTRACTOR for the work performed under this Contract. C. All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1_3 STATION BOARDS A. CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet. 1.4 LAYOUT OF STRIPING Establish by instrument, and mark the finished surface, the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications. + + END OF SECTION + + 1050-2 01050 Field Engineering F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01050 -Feld Engineenng.doc SECTION 01091 REFERENCE STANDARDS 1.1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body, it shall be construed to mean the latest standard, code, specification or tentative specification adopted and published at the date of advertisement for bids, unless noted otherwise in the Technical Specifications or on the Drawings. When a reference standard is specified, comply with requirements and recommendations stated in that standard, except when they are modified by the Contract Documents, or when applicable laws, ordinances, rules, regulations or codes establish stricter standards. The list of specifications presented in Paragraph B is hereby made a part of the Contract, the same as if repeated herein in full. B. Reference to a technical society, organization, or body may be made in the Specifications by abbreviations, in accordance with the following list: AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society 01091-1 01091 Reference Standards F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01091 - Reference Standards.doc CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District C. When no reference is made to a code, standard or specification, the standard specifications of ASTM, FDOT, or ANSI shall govern. D. In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard, the more stringent requirement prevails. + + END OF SECTION + + 01091-2 01091 Reference Standards F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A &B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01091 -Reference Standards.doc SECTION 01215 GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control" includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance. 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre -qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards. 1.4 PRODUCT DELIVERY -STORAGE -HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 01215-1 01215 General Quality Control FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01215 General Quality.doc SECTION 01215 GENERAL QUALITY CONTROL 1.5 PROJECT PHOTOGRAPHS/VIDEOS A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction; and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) All existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. 10)Payment — No additional payment will be made for this work. + + END OF SECTION + + 01215-2 01215 General Quality Control F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\13id Documents\Master Contract Documents\01215 General Quality.doc SECTION 01220 PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + 01220-1 01220 Progress Meetings F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A &B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01220 - Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. B. Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1. Major changes in scope. 2. Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors. 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. 01310-1 01310 Construction Schedule F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01310 - Construction Schedule.doc SECTION 01310 CONSTRUCTION SCHEDULES 1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER, distribute copies of the approved initial schedule and all reviewed revisions (updated) to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. 4. OWNER (two copies). 5. ENGINEER B. In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing, any problems anticipated by the projections shown in the schedules. + + END OF SECTION + + 01310-2 01310 Construction Schedule F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01310 - Construction Schedule.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. B. Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings. 1.3 PRODUCT DATA A. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. Product data are further defined in Article 6.17, Section 00700. B. Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C. Clearly mark catalog sheets, brochures, etc., to identify pertinent materials, products, or models. 1_4 SAMPLES A. Samples are physical examples to illustrate materials, equipment, or workmanship and to establish standards by which work is to be evaluated. Samples are further defined in Article 6.17, Section 00700. B. Samples of the roof color shall be submitted to the County for Approval prior to ordering the roof material. The color shall be as close to the original roof color as possible. 01340 - Submittal of Shop DraWngs.doc 01340-1 F:\PublicWorkls\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. 01340 - Submittal of Shop Drawings.doc 01340-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings.doc 01340-3 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc Contractor: SECTION 01340 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX BUILDINGS A & B ROOF REPLACEMENT Project No.: 1705 ❑ Shop Drawing Description: Sub -Contractor: Remarks: ❑ Cut Sheet ❑ Other *********************************************************** Reviewing Agency: (As checked below) Date Received ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: IRC Engineering Division 1801 27th Street Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File Date Returned No. Copies Ret'd Date Rec'd from Contractor Date Ret'd to Contractor No. Copies Ret'd 01340 - Submittal of Shop Drawings.doc 01340-4 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of four (4) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x 11 -inch). H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Noted 3. Approved as Noted - Resubmit 4. Revise and Resubmit 5. Not Approved I. If a submittal is acceptable, it will be marked "Approved" or "Approved as Noted". Two (2) prints or copies of the submittal will be returned to CONTRACTOR. J. Upon return of a submittal marked "Approved" or "Approved as Noted", CONTRACTOR may order, ship or fabricate the materials included on the submittal, provided it is in accordance with the corrections indicated. K. If a Shop Drawing marked "Approved as Noted" has extensive corrections or corrections affecting other drawings or Work, ENGINEER may require that CONTRACTOR make the corrections indicated thereon and resubmit the Shop Drawings for record purposes. Such drawings will have the notation, "Approved as Noted - Resubmit." L. If a submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with one of the following notations: 1. "Revise and Resubmit' 2. "Not Approved" 01340 - Submittal of Shop Drawings.doc 01340-5 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A &B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS M. Upon return of a submittal marked "Revise and Resubmit", make the corrections indicated and repeat the initial approval procedure. The "Not Approved" notation is used to indicate material or equipment that is not acceptable. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. N. Work shall not be performed nor equipment installed without an "Approved" or "Approved as Noted" Shop Drawing will be at the sole responsibility of the CONTRACTOR. O. Submit Shop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved. CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner. P. ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this, for the Shop Drawings being revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back -charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back -charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340 - Submittal of Shop Drawings.doc 01340-6 F:\PublicWorkskENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. 01520-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin0d Documents\Master Contract Documents\01520 - Construction Facilities.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. TEMPORARY SANITARY FACILITIES 1. Provide temporary toilet facilities separate from the job office. Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. Properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\PublieWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01520 - Construction Facilities.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 01541-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. B. Do not store or park materials or equipment within the drip line of trees that are to remain. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 01541-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adja- cent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location -of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is 01541-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\13id Documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY resumed. Before disconnecting and pipes or cables, the CONTRACTOR shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7. Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents, ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions. B. Surface Structures: 1. Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface. Surface structures include, but are not limited to, buildings, tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles, wires, posts, signs, markers, curbs, walks and all other facil- ities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 01541-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01541 - Protection of Property.doc' SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed, however, and it shall be this CONTRACTOR's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities. 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B. The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing. CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + 01541-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. + + END OF SECTION + + 01550 Access Roads 01550-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01550 - Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY - A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. 01610-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT G. Immediately on delivery, the CONTRACTOR shall inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. 1.3 PRODUCT HANDLING A. Provide equipment and personnel necessary to handle products, including those provided by OWNER, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or overstressing. D. Lift heavy components only at designated lifting points. E. Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. + + END OF SECTION + + 01610-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01611 STORAGE OF MATERIAL AND EQUIPMENT 1.1 GENERAL A. Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications. B. Make all arrangements and provisions necessary for the storage of materials and equipment. Place all excavated materials, construction equipment, and materials and equipment to be incorporated into the Work, so as not to injure any part of the Work or existing facilities, and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. Arrange storage in a manner to provide easy access for inspection. C. Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER. D. Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work, including proper protection against damage by extreme temperatures and moisture. E. Do not use lawns, grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises. F. CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G. Do not open manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified. H. When appropriate store materials on wood blocking so there is no contact with the ground. + + END OF SECTION + + 01611-1 01611—Storage of Material F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01611 -Storage of Materials.doc SECTION 01630 SUBSTITUTIONS 1.1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6.05, "Substitutes and Or -Equals," of the General Conditions, and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and test data, and reference standards. 01630-1 01630 Substitutions F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01630 SUBSTITUTIONS c. Samples, if appropriate. d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E. If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 01630-2 01630 Substitutions F:\PublieWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\13id Documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01630 SUBSTITUTIONS 4. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01710 SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment,and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new - appearing condition. 01710 Site Cleanup 01710-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin0d Documents\Master Contract Documents\01710 - Site Cleanup.doc G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER, and CONTRACTOR shall review the site with regards to site cleanup and restoration. Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER, at no additional expense. + + END OF SECTION + + 01710 Site Cleanup 01710-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01710 - Site Cleanup.doc SECTION 01770 CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Advise Owner of changeover in heat and other utilities. 4. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 5. Complete final cleaning requirements, including touchup painting. 6. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial 01710 Site Cleanup 01710-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01770- Closeout Procedures.doc Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as, incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 01710 Site Cleanup 01710-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01770- Closeout Procedures.doc 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 1.6 WARRANTIES A. Submittal. Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -1/2 -by -11 -inch (215 -by -280 -mm) paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title 'WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 01710 Site Cleanup 01710-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01770- Closeout Procedures.doc PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even - textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. f. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. g. Sweep concrete floors broom clean in unoccupied spaces. h. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. i. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision - obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. j. Remove labels that are not permanent. k. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 01710 Site Cleanup 01710-4 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof ReplacemenW Admin\Bid Documents\Master Contract Documents\01770- Closeout Procedures.doc 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. I. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. m. Replace parts subject to unusual operating conditions. n. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. o. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. p. Clean ducts, blowers, and coils if units were operated without filters during construction. q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned -out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. r. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 01710 Site Cleanup 01710-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01770- Closeout Procedures.doc SECTION 01781 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Product Data. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures. 2. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two set(s) of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one set(s) of corrected Record Transparencies and one set(s) of marked -up Record Prints. Architect will initial and date each transparency and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Architect will return transparencies and prints for organizing into sets, printing, binding, and final submittal. b. Final Submittal: Submit two set(s) of marked -up Record Prints, one set(s) of Record Transparencies, and three copies printed from Record Transparencies. Print each Drawing, whether or not changes and additional information were recorded. C. Final Submittal: Submit two set(s) of marked -up Record Prints, one set(s) of Record CAD Drawing files, one set(s) of Record CAD Drawing 01781 Project Record Documents 01781-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A & B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01781 - Project Record Documents.doc plots, and three copies printed from record plots. Plot and print each Drawing, whether or not changes and additional information were recorded. B. Record Product Data: Submit two copy of each Product Data submittal. Where Record Product Data is required as part of operation and maintenance manuals, submit marked -up Product Data as an insert in manual instead of submittal as Record Product Data. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual orentity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. I. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. 01781 Project Record Documents 01781-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01781 - Project Record Documents.doc 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Transparencies: Immediately before inspection for Certificate of Substantial Completion, review marked -up Record Prints with Architect. When authorized, prepare a full set of corrected transparencies of the Contract Drawings and Shop Drawings. 1. Incorporate changes and additional information previously marked on Record Prints. Erase, redraw, and add details and notations where applicable. 2. Refer instances of uncertainty to Architectfor resolution. 3. Print the Contract Drawings and Shop Drawings for use as Record Transparencies. Architect will make the Contract Drawings available to Contractor's print shop. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architectfor proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube -type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Identification: As follows: a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." 01781 Project Record Documents 01781-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings AA B Roof Replacement\t-Admin\Bid Documents\Master Contract Documents\01781 - Project Record Documents.doc d. Name of Architect. e. Name of Contractor. 2.2 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Ordersand Record Drawings where applicable. 2.3 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION 01781 01781 Project Record Documents 01781-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\01781 - Project Record Documents.doc SECTION 01820 Post Final Inspection 1.1 GENERAL A. Approximately one year after Final Completion, the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection. B. Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with.the applicable sections of Article 13, General Conditions. C. After the inspection, the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds. 001820 - Post Final Inspection rev 05-13.doc 001820-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1705 Buildings A& B Roof Replacement\1-Admin\Bid Documents\Master Contract Documents\001820 -Post Final Inspection rev 05-13.doc PROJECT MANUAL W_ 0 Indian River County Administration Complex Roof Replacements 180127 TH St, Vero Beach, Florida 32960 February 20, 2017 REI PROJECT NO. 16TPA-003 REI ENGINEERS 1015 0 Highland Manor Drive, Suite 200, Tampa, FL 3 3 610 PHONE 813.944.2137 FAX 813.314.2196 COA #26860 ROOFING, WATERPROOFING AND BUILDING ENVELOPE ENGINEERS AND CONSULTANTS www.reiengineers.com AN EMPLOYEE -OWNED COMPANY PROFESSIONAL ENGINEER IRC Admin Complex Roof Replacements SECTION 00 0107 SEALS PAGE cn=Mark Renninger, o=REI E ou, email=AlertsMER@q This item has been electror signed and sealed by Renninger, PE on this date u! Digital Signature. Printed cop this document are not consi( signed and sealed and the sign must be verified on anv.elecl '00'05-1 % 'U5 -*\G ENS alrk No 79869 S gad 5ofS-0: red 113 STATE OF 41/: urea ,Off: ,nic ��i,��•�,C O R,OP.�\�,�. 0NA Y copies 2017.02.22 END OF SECTION 00 0107 0001 07-1 Seals Page SECTION 00 0110 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Introductory Information 00 01 01 Title Page 00 01 07 Seals Page 0001 10 Table of Contents 0001 15 . List of Drawings Project Forms Contract Modification Procedures 00 60 00 Project Forms 00 62 33 Roofing Manufacturer's Acknowledgement 00 63 25 Substitution Request Form 00 65 36 Contractor's Two Year Warranty 00 65 37 Asbestos Free Warranty DIVISION O1 GENERAL REQUIREMENTS O1 1100 Summary of Work O1 1400 Work Restrictions 01 22 00 Unit Prices O1 2500 Product Substitutions 012600 Contract Modification Procedures 01 29 00 Payment Procedures 01 31 00 Project Management and Coordination 01 3300 Submittal Procedures 014000 Quality Requirements 014200 References O1 5000 Temporary Facilities and Controls O1 7329 Cutting and Patching O1 7400 Cleaning and Waste Management 01 7700 Closeout Procedures DIVISION 05 METALS 05 31 23 Metal Deck Repair/Securement DIVISION 06 WOOD, PLASTICS AND COMPOSITES 06 10 00 Rough Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION 0701 50 Preparation for Reroofing 0722 16 Roof Insulation 0741 13 Metal Roof Panels 07 62 00 Sheet Metal Flashing and Trim CONTRACT DRAWINGS END OF SECTION 00 0110 IRC Admin Complex Roof Replacements 0001 10-1 Table of Contents SECTION 00 0115 LIST OF DRAWINGS PART GENERAL The following drawings and details are included as part of the Contract Documents: Drawing Description R-101 Roof Plan — Building A R-102 Roof Plan — Building B R-103 Wind Design Data— Building A R-104 Wind Design Data— Building B R-201 Detail Drawings R-202 Detail Drawings END OF SECTION 00 01 15 Date IRC Admin Complex Roof Replacements 00 O1 15-1 List of Drawings I SECTION 00 60 00 PROJECT FORMS PART1 GENERAL 1.01 GENERAL A. The following documents are included in the Project Manual: 1. Roof Manufacturer's Acknowledgement - Section 00 62 33 2. Substitution Request Form - Section 00 63 25 3. Contractors Two Year Warranty - Section 00 65 36 4. Asbestos Free Warranty - Section 00 65 37 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 00 60 00 IRC Admin Complex Roof Replacements 00 60 00-1 Project Forms SECTION 00 62 33 ROOF MANUFACTURER'S ACKNOWLEDGMENT Owner: Indian River County Project Name: Indian River County Administration Complex Roof Replacements Project Address: 1801 27th St, Vero Beach, Florida 32960 Roofing Contractor: Address: Telephone: Facsimile: This is to advise the Owner that having thoroughly reviewed the Specifications and Drawings contained within the Project Manual dated February 20, 2017 for the above -titled project, we acknowledge that the roof system(s) and flashing system(s) specified are suitable for use on this project. Having reviewed the project requirements in detail, the Manufacturer will provide a written response to the Engineer seven days prior to the bid date, if conflicts between the Manufacturer's requirements occur with the above listed documents. 1. The manufacturer certifies that the installer is approved, authorized, or licensed by manufacturer to install specified roof system and is eligible to receive the specified manufacturer's warranty. 2. The manufacturer will comply with the specified requirements for on-site technical support. is hereby designated as our Liaison on this project. (Print or type name of Liaison) Telephone Facsimile Roof Manufacturer's Company Name Roof Manufacturer Representative's Signature Date Roof Manufacturer Representative's Name Title Roof Manufacturer's Address Telephone Facsimile END OF SECTION 00 62 33 IRC Admin Complex Roof Replacements 00 62 33-1 Roof Manufacturer's Acknowledgement SECTION 00 63 25 SUBSTITUTION REQUEST FORM Proiect Date: Product and / or Fabrication Method: Specification Section: Related Drawings: Bid Opening Date: Criteria or Specified Product Included Product Data Fabrication Drawings Samples Where Applicable List of changes or Modifications Needed to Work as Noted in Spec Criteria or Specified Product Included Product Data Fabrication Drawings Samples Where Applicable List of changes or Modifications Needed to Work as Noted in Spec The substitution proposed is equal -to or better in every respect to that required by the Contract Documents, and it will perform equal or superior to product specified in the application indicated. The Contractor waives right .to additional payment or time, that may subsequently become necessary because of the failure of the substitution to perform adequately. Signed: END OF SECTION 00 63 25 IRC Admin Complex Roof Replacements 00 63 25-1 Substitution Request Form SECTION 00 65 36 CONTRACTOR'S TWO-YEAR WARRANTY Know all men by these presents, that we, (Contractor) , having installed roofing system, flashings and sheet metal on the Indian River County Administration Complex Roof Replacements Project under contract between Indian River County (Owner) and Contractor, warrant to the Owner with respect to said work that for a period of two (2) years from date of final completion, the work shall be absolutely watertight and free from any and all leaks, provided however the following are excluded from this Warranty: a. Defects or failures resulting from abuse by the Owner. b. Defect in design involving failure of (1) structural frame, (2) load bearing walls, and (3) foundations. C. Damages caused by fire, tornado, hail, hurricane, acts of God, wars, vandalism, riots or civil commotion. We, Contractor, agree that should any leaks occur in the work we will perform emergency repairs within 24 hours' notice and perform permanent repairs within a reasonable time in a manner to restore the work to a watertight condition by methods compatible to the system and acceptable under industry standards and general practice, all at no expense to the Owner. We, Contractor, further agree that for a period of two (2) years from date of final completion referred to above, we will make repairs at no expense to the Owner to any defects which may develop in the work including but not limited to improperly installed sealants, loose metal roofing, open seams, and loose flashing in a manner compatible to the system and acceptable under industry standards and general practice as established by the Engineer. Signature: State County Title: I, , a Notary Public for State do hereby certify that this day and acknowledged the due execution of the foregoing instrument. Witness my hand and official seal, this day Notary Public My commission expires -120 County, personally appeared before me 20 (OFFICIAL SEAL) END OF SECTION 00 65 36 IRC Admin Complex Roof Replacements 00 65 36-1 Contractor's Two Year Warranty SECTION 00 65 37 ASBESTOS FREE WARRANTY Owner: Indian River County Project Name: Indian River County Administration Complex Roof Replacements Project Address: 1801 27 h,St., Vero Beach, Florida 32960 Project Manual Date: February 20, 2017 Date of Substantial Completion: Know all men by these present that we, (Contractor, Subcontractor, Material Supplier or Equipment Manufacturer) having furnished labor, materials, equipment and/or supplies; removed existing roof system; installed new roof system and/or miscellaneous roof system components; from, to and/or on the above referenced Project under contract between the Owner and Contractor, warrant to Owner with respect to said work that no materials containing asbestos fibers were incorporated into the work, and that, to our knowledge and belief, no materials containing asbestos remain in or are covered by the work. Exceptions: Signature: Title: State County If there are no exceptions, state "No Exceptions" here. I, , a Notary Public for County, State, do hereby certify that personally appeared before me this day and acknowledged the due execution of the foregoing instrument. Witness my hand and official seal, this day of , 20 (OFFICIAL SEAL) Notary Public My commission expires , 20 END OF SECTION 00 65 37 IRC Admin Complex Roof Replacements 00 65 37-1 Asbestos Free Warranty SECTION 011100 SUMMARY OF WORK PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. Project Name: Indian River County Administration Complex Roof Replacements B. Project Addresses: 180127 1h St., Vero Beach, Florida 32960 C. Owner: Indian River County D. Engineer: The Contract Documents, dated February 20, 2017, were prepared by REI Engineers. E. This work includes the provision of all labor, material, equipment, supervision and administration to integrate the work outlined in this project manual into the total building system such that no leakage into the system occurs. In general, the scope of work in the will include: 1. All Tile Roof Sectors: Remove and dispose of the existing tile roof system including flashings, sheet metal, and underlayment down to the existing nailable wood substrate; allow Owner inspection, remove any moisture contaminated, deteriorated, or damaged nailable substrate and insulation and repair any rusted steel deck before installing new replacement materials; install self -adhering underlayment; install architectural standing seam metal roof system; provide new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. F. Asbestos Containing Roofing Materials (ACRM): It is the intention of these specifications that no asbestos bearing materials be incorporated into the work. In the event the contractor should determine unanticipated asbestos bearing materials to be present in the existing building components, Contractor is to stop all work in the affected area, notify the Engineer and Owner, and provide temporary protection as required. Costs incurred, if any, due to the presence of hidden and/or unanticipated asbestos bearing materials will be authorized by Change Order to this contract. G. The contractor is responsible for all electrical, plumbing, mechanical, and other related trade work necessary to facilitate project operations. Contractor is responsible for re- locating any and all conduit, HVAC equipment, curbs, and/or plumbing necessary to comply with the requirements of these documents. All work shall conform to the requirements of the current Building Code approved in the State of the project location. H. The manufacturers' specifications are the minimum standards required for the completed systems. Specific items listed herein may improve the standards required by the manufacturers and will take precedence where their compliance will not affect the IRC Admin Complex Roof Replacements 01 1100-1 Summary of Work manufacturers' guarantee or warranty provisions. 1.03 CONTRACT A. Project will be constructed under a single prime general construction contract. 1.04 SITE INVESTIGATION A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the Work, the general and local conditions, particularly those bearing upon transportation, disposal, handling and storage. of materials, availability of labor, water, electric power, roads and uncertainties of weather, ground water table or similar physical conditions at the site, the conformation and condition of the ground, the character, quality and quantity of surface and subsurface materials to be encountered, the character of equipment and facilities needed prior to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under this Contract. Any failure by the Contractor to acquaint himself with all the available information concerning these conditions will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. Field measurements shall be taken at the site by the Contractor to verify all data and conditions affected by the Work. 1.05 HOT WORK OPERATIONS A. Hot work includes, but is not limited to open flames and spark producing operations, welding, cutting, grinding, torches, etc. B. Hot work shall not be permitted on-site. C. Fire Prevention and Fire Safety: 1. Fire prevention and fire safety shall be the Contractor's responsibility. Contractor shall be responsible for developing a pre -fire emergency plan, coordinated with the Engineer and Owner to plan for fire emergencies. 2. It is the responsibility of the Contractor to enforce fire safety precautions and to ensure safety measures are followed at all times by the Contractor's and Subcontractor's personnel. 3. Contractor shall be responsible for maintaining sufficient fire suppression equipment, including fire extinguishers and a charged water hose. 1.06 WORK UNDER OTHER CONTRACTS A. Separate Contract: Owner may award a separate contract for performance of certain construction operations at Project site. B. Contractor shall cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying Work under this Contract. 1.07 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 49 -division format and CSI/CSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to cross-reference Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete. Consult the Table of Contents at the beginning of the Project Manual. IRC Admin Complex Roof Replacements 01 1100-2 Summary of Work 10 PART 2 PART 3 Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon () is used within a sentence or phrase. PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION 011100 IRC Admin Complex Roof Replacements 01 1100-3 Summary of Work SECTION 0114 00 WORK RESTRICTIONS 1" 0lefD.7:171 1.01 SECTION INCLUDES A. Administrative and procedural requirements for work sequence, work restrictions, occupancy requirements and use of premises. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 WORK SEQUENCE A. The Work shall be conducted in the following sequences unless construction phases are otherwise specified. 1. Construct Work in phases to accommodate the Owner's use; if applicable, of the premises during the construction period; coordinate the construction schedule and operations with the Owner and Engineer. 2. Construct the Work in phases to provide for public convenience. Do not close off public use of facility until completion of one phase of construction will provide alternative usage. 3. Construction shall be scheduled in such a manner that once work has commenced on one facility, the Contractor's work force shall remain at that facility continuously each work day through final completion at that facility. 1.04 WORK RESTRICTIONS A. Work hours shall generally be performed during normal business hours. Should the Contractor elect to work outside of normal business hours, notification to the Owner and Engineer at least 48 hours in advance shall be required. No work shall be scheduled without prior notification and authorization. 1.05 OCCUPANCY REQUIREMENTS A. Owner Occupancy 1. Owner will occupy the premises during the entire period of construction to conduct normal operations. Cooperate with Owner in all construction operations to minimize conflict, and to facilitate Owner usage. 2. Contractor shall at all times conduct his operations as to ensure the least inconvenience and the greatest amount of safety and security for the Owner, his staff, and the general public. 3. Control noise from operations so that building occupants are not affected. 1.06 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine constructions operations to areas of work being renovated as IRC Admin Complex Roof Replacements 01 1400-1 Work Restrictions approved by Engineer and Owner. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Schedule deliveries to avoid student pick up and drop off times. 3. Move any stored materials and equipment that interfere with operations of the Owner. B. Use of Existing Building 1. Maintain existing building in a weathertight condition throughout construction period. 2. Take every precaution against injuries to persons or damage to property. 3. Protect building, its contents, and its occupants during construction period. 4. The Contractor shall not overload or permit any part of the structure to be loaded with such weights as will endanger its safety or to cause excessive deflection. Materials placed on the roof prior to installation shall be equally distributed over the roof area. 5. Protect any existing surface improvements, such as pavements, curbs, sidewalks, lawn and landscaped areas, utilities, etc. 6. Repair to the Owner and Engineer's satisfaction, or to restore to a condition equal to that existing at the time of award of Contract, or to make restitution acceptable to the Owner, any and all damages to the building, its contents, or surface improvements resulting from, or attributable to, the work operation. C. Transportation Facilities Truck and equipment access: a. Avoid traffic conflict with vehicles of the Owner's employees and customers, and avoid over -loading of street and driveways elsewhere on the Owner's property, limit the access of trucks and equipment to the designated areas. b. Provide adequate protection for curbs and sidewalks over which trucks and equipment pass to reach the job site. Contractor's vehicles: a. Require contractor's vehicles, vehicles belonging to employees of the contractor, and all other vehicles entering the Owner's property in performance of the work the contract, to use only the designated access route. b. Do not permit such vehicles to park on any street or other area of the Owner's property except in the designated area. 1.07 OWNER POLICIES A. Conduct Policy The conduct of all contractor employees during any project shall be exemplary; at no time shall profanity, drinking, lewd or suggestive comments or gestures or IRC Admin Complex Roof Replacements 01 1400-2 Work Restrictions other acts of this nature be tolerated. B. Drug Free Policy Owner conforms to a drug free policy. Any contractor employee must be tested upon request of Owner and results provided to Owner. If the employee is found to have been under the influence or using drugs, it shall constitute a breach of contract and said contract may be terminated without penalty to the Owner. C. Dress Code Policy Shirts and shoes are required at all times, as well as long pants. Identification of employees is required. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 14 00 IRC Admin Complex Roof Replacements 01 1400-3 Work Restrictions SECTION 0122 00 UNIT PRICES PART1 GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for unit prices. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of. the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 DEFINITION A. Unit price is an amount proposed by Bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.04 UNIT PRICE MEASUREMENT A. Prior to performing any work under a unit price as specified herein, the Contractor shall notify the Engineer to allow for measurement of the actual quantities of work. Any work performed under these items without prior approval and measurement shall be at the Contractor's expense. B. The Contractor shall maintain a daily log including visual documentation (i.e. digital photographs) showing dates, location and exact quantities of unit price work. C. Owner and Engineer reserve the right to reject Contractor's measurement of work -in- place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent party. 1.05 UNIT PRICE PAYMENT A. Unit prices shall include all costs associated with performing the unit price work including but not limited to labor, material, equipment, insurance, applicable taxes, overhead and profit, etc. 1.06 UNIT PRICE PERFORMANCE A. Unit price work shall be installed in accordance with the applicable specification section(s) and Contract Drawings for the project. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION END OF SECTION 0122 00 IRC Admin Complex Roof Replacements 01 22 00-1 Unit Prices SECTION 0125 00 PRODUCT SUBSTITUTIONS PART GENERAL 1.01 SECTION INCLUDES A. This Section specifies administrative and procedural requirements for handling requests for substitutions prior to the Owner's receipt of bids. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 DEFINITIONS A. Definitions used in this Article are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Requests for changes in products, materials, and equipment, of construction required by Contract Documents proposed by the Contractor are considered requests for "substitutions". The following are not considered substitutions: 1. Substitutions that are requested by Bidders beyond the 14 days prior to bid opening submittal period. 2. Revisions to Contract Documents requested by the Owner or Engineer. 3. Specified options of products and construction methods included in Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS — PRIOR TO BID A. Substitution Request Submittal: Written requests for substitution from prime bidders will be considered if received by the Engineer fourteen (14) calendar days prior to the bid opening. 2. Submit each request for substitution to purchasing_@ircgov.com on the form contained in Section 00 63 25 -Substitution Request Form for consideration in accordance with procedures required below. Identify the product or the fabrication or installation method to be replaced in each request. Include related specification sections and drawing number. Provide complete documentation on both the product specified and the proposed substitution including the following information as appropriate. a. Comparison of specified and proposed substitute product data, fabrication drawings, and installation procedures. b. Samples where applicable or requested. C. A detailed comparison of significant qualities of the proposed substitution with those of the work specified. d. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the IRC Admin Complex Roof Replacements 01 25 00-1 Product Substitutions Owner and separate Contractors that will become necessary to accommodate the proposed substitution. 4. Certification by the Contractor or manufacturer that the substitution proposed is equal -to or better in every respect to that required by the Contract Documents, and that it will perform equal or superior to product specified in the application indicated. The Contractor waives any right to additional payment or time, which may. subsequently become necessary because of the failure of the substitution to perform adequately. 5. Engineer's Action: The Engineer may request additional information or documentation necessary for evaluation of the request. The Engineer will notify the Contractors of acceptance of the proposed substitution by means of an addendum to the bid documents. If the proposed substitute is accepted through an addendum use the product specified by name. B. Engineer's Substitution Approval during bidding and subsequent addendums does not void the Contractor's responsibility to submit the required shop drawings and comply with the other contract documents and requirements. 1.05 SUBMITTALS — AFTER AWARD OF CONTRACT A. After award, any requests for approval of equivalent items shall be submitted in writing to the Engineer for review within seven (7) calendar days after Notice to Proceed. B. Submit each request in writing for substitution for consideration in accordance with procedures required below. C. Requests for approval of equivalent items shall be accompanied by information sufficient for the Engineer to make a determination as to the equivalency of a product. The determination of the Engineer of the equivalency of a product shall be final. The Engineer reserves the right to request information or documentation for evaluation including but not limited to the following: 1. Statement indicating why specified product cannot be provided. 2. Coordination of information, including a list of modifications needed to other parts of the work that will be necessary to accommodate proposed substitution. 3. Product data including drawings, descriptions, and fabrication/installation procedures. 4. Samples where applicable. 5. Material test reports from a qualified testing agency indicating the interpreting test results for compliance with requirements. 6. Contractor's certification that proposed substitution complies with requirements in the contract documents and is appropriate for applications indicated. 7. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 8. If requesting product substitution after bid award, Contractor shall provide cost information including proposal of change, if any, in the contract sum. PART 2 PRODUCTS 2.01 SUBSTITUTIONS — PRIOR TO BID A. Conditions: The Contractor's substitution request will be received and considered by the IRC Admin Complex Roof Replacements 01 25 00-2 Product Substitutions Engineer when all of the following conditions are satisfied, as determined by the Engineer; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of Contract Documents. 3. The request is timely, fully documented and properly submitted. 4. The request is directly related to an "or equal" clause or similar language in the Contract Documents. B. The Contractor's submittal and Engineer's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an approval or valid request for substitution. 2.02 SUBSTITUTIONS — AFTER AWARD OF CONTRACT A. Substitutions after award are solely for the convenience of the Contractor, and Engineer nor Owner is under any obligation to review or approve proposed substitutions. Substitutions that are approved by the Engineer, will be done by Change Order which is accompanied by a credit to the Owner. The Contractor shall be required to bear any additional costs related to making the substituted material or system work, such as extra engineering, material or system modifications, or any time considerations relating to material or system installation requirements. PART 3 EXECUTION (NOT USED) END OF SECTION 0125 00 IRC Admin Complex Roof Replacements 01 2500-3 Product Substitutions SECTION 0126 00 CONTRACT MODIFICATION PROCEDURES PART GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for handling and processing Contract modifications. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Engineer will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by Engineer are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within 5 days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor -Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to Engineer. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of IRC Admin Complex Roof Replacements 01 26 00-1 Contract Modification Procedures trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 if the proposed change requires substitution of one product or system for product or system specified. C. Proposal Request Approval: The Contractor shall not commence work or purchase materials for such change orders until written approval is received from the Owner in the form of an executed Change Order. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0126 00 IRC Admin Complex Roof Replacements 01 26 00-2 Contract Modification Procedures SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART1 GENERAL 1.01 1.02 1.03 A. A. SECTION INCLUDES This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Coordination. 3. Administrative and supervisory personnel. 4. Project meetings. 5. Weekly Reports RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. COORDINATION A. Coordinate construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. The Contractor shall coordi- nate its operations with those included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other com- ponents, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Contact Progress Reporting: The scheduling and sequence of all operations shall be care- fully coordinated with the Owner and Engineer. C. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities in- clude, but are not limited to, the following: 1. 2. 3. Preparation of Contractor's Construction Schedule. Preparation of the Schedule of Values. Installation and removal of temporary facilities and controls. IRC Admin Complex Roof Replacements 01 31 00-1 Project Management and Coordination 1.04 A. C. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre -Construction conference. 7. Pre -installation conferences. 8. Project closeout activities. PROJECT MEETINGS Pre -Construction Meeting 1. A Pre -Construction Meeting will be scheduled as soon as possible after the award of the contract. The Engineer's Representative will compile minutes of the meet- ing, and will furnish a copy of the minutes to the Contractor and each person pre- sent. The Contractor may make and distribute such other copies as he wishes. 2. Attendance: Contractor Project Manager, Job Superintendent and Job Foreman, Owner, Engineer's Representative, manufacturer's representatives, installers of related work and all other persons concerned with the installation and perfor- mance. The Contractor shall also provide three (3) local telephone numbers, which may be used to contact the Contractor or his authorized representative in the event of an emergency after normal business hours. 3. Minimum Agenda: Organizational arrangement of Contractor's forces and per- sonnel, and those of subcontractors, materials suppliers, and the Project Manager; channels and procedures for communication; construction schedule, including sequence of critical work; contract documents, including distribution of required copies of Drawings and revisions; processing of Shop Drawings and other data submitted to the Project Manager for review; rules and regulations governing performance of the work and procedures for safety, first aid, security, quality control, housekeeping and related matters. Progress Meetings 1. The Contractor shall attend bi-monthly progress meetings for the purpose of in- forming the Owner and the Engineer regarding the status of the project. The En- gineer will compile minutes of the meeting, and will furnish a copy of the minutes to the Contractor and each person present. The Contractor may make and distribute such other copies as he wishes. 2. Attendance: Owner, Engineer, Contractor, Job Superintendent, material Suppli- er, and Subcontractors, as appropriate. Each representative shall be thoroughly familiar with the status of the project and shall be prepared to discuss and act up- on any situations, which may arise. The time, date and location of these meet- ings will be established during pre -construction conference. The Contractor shall provide an updated job progress schedule at each weekly meeting. 3. Minimum Agenda: Review of work progress; field observations, problems, and decisions; identification of problems which impede planned progress; mainte- nance of progress schedule; corrective measures to regain projected schedules; planned progress during succeeding work period; coordination of projected pro- gress; maintenance of quality and work standards; processing of field decisions and Change Orders; effect of proposed changes on progress, schedule, and coor- dination; other business relating to work. Substantial Completion Inspection Meeting Scheduled by Owner and Engineer upon written notification of substantial com- pletion of work from the Contractor. IRC Admin Complex Roof Replacements 01 31 00-2 Project Management and Coordination 2. Attendance: Owner, Engineer, Contractor, material manufacturer. 3. Minimum Agenda: Walkover inspection; verification of substantial completion; identification of punch list items; identification of problems, which may impede issuance of warranties. 4. Refer to Section 0177 00 for other requirements. D. Final Inspection Meeting 1. Scheduled by Owner and Engineer upon written notification of final completion of work from the Contractor. 2. Attendance: Owner, Engineer, Contractor. 3. Minimum Agenda: Verification of final completion including the completion of the punch list items. 4. Refer to Section 01 77 00 for other requirements. 1.05 REPORTS A. Weekly Construction Reports: Prepare a weekly construction report recording the fol- lowing information concerning events at Project site and Fax or email a copy to the Engi- neer by noon on the following Monday: 1. Approximate daily count of personnel at Project Site. 2. Daily material deliveries. 3. Daily High and low temperatures and general weather conditions. 4. Accidents. 5. Unusual events. 6. Stoppages, delays, shortages, and losses. 7. Orders and requests of authorities having jurisdiction. 8. Change Orders received and implemented. 9. Change Directives received and implemented. 10. Daily Allowance and Unit Cost usage. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 013100 IRC Admin Complex Roof Replacements 01 31 00-3 Project Management and Coordination SECTION 0133 00 SUBMITTAL PROCEDURES PART GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 SUBMITTAL PROCEDURE A. General: The Contractor is responsible for providing the submittals to the Engineer. Each submittal must be accepted in writing prior to commencement of work. B. Submission Requirements: Submit all required submittals electronically in pdf format to the Engineer for review. The submittals will then be returned electronically to the Contractor with comments. Final submittals will require written responses to all Construction Document submittal comments. C. Processing Time: Allow time for submittal review, including time for resubmittals, as specified below. Time for review shall commence on Engineer's receipt of submittal. 1. Initial Review: Allow 7 work days for initial review of submittals. 2. Allow 7 work days for processing each resubmittal. 3. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. D. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals and provide letter describing in detail any proposed changes, substitutions, or deviations from the project or manufacturer's specifications. A written explanation of why substitutions should be considered is required and shall be included under the appropriate tab. E. Transmittal and Identification: Package submittals appropriately and include a title page and/or pdf bookmark for each numbered schedule of submittal item identified below. Engineer will discard submittals received from sources other than Contractor. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. F. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. 1.04 SCHEDULE OF SUBMITTALS A. The following submittal items shall be submitted electronically with a title page and/or pdf bookmark for each submittal item to meet the requirements specified herein: 1. Emergency contact list including pager, mobile and home numbers of key IRC Admin Complex Roof Replacements 013300-1 Submittal Procedures Contractor and Subcontractor personnel, and office and mobile numbers of key Owner and REI personnel. 2. Work schedule indicating start date, crew size, production rate, completion date, etc. 3. Copy of Contractor's Certificate of Insurance 4. Copy of Construction Permits 5. Roof Manufacturer's Acknowledgement Form (Section 00 62 33) 6. Copy of all warranties indicated in Section 01 77 00 to meet the requirements of their respective specification section 7. Letter describing in detail any proposed changes, substitutions, or deviations from the project or manufacturer's specifications. A written explanation of why substitutions should be considered is required. 8. Shop drawings or letter stating that the contractor will install materials as detailed in the Contract Drawings unless properly authorized by the Engineer. 9. Existing damaged/dysfunctional components documentation (videotape, photos, etc.) including but not limited to; asphalt spills, windows, walls, sidewalks, paving, ceilings, etc. Lack of submission prior to commencement of work indicates Contractor has discovered no existing damaged components and takes responsibility for any damages caused by operations. 10. Complete list of materials with Material Safety Data Sheets (SDS) PART 2 PRODUCTS 2.01 SUBMITTALS A. General: Prepare and submit Submittals required herein and by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Operational range diagrams. g. Compliance with recognized trade association standards. h. Compliance with recognized testing agency standards. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. IRC Admin Complex Roof Replacements 01 33 00-2 Submittal Procedures C. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Shopwork manufacturing instructions. f. Templates and patterns. g. Schedules. h. Notation of coordination requirements. L Notation of dimensions established by field measurement. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 42 inches. D. Contractor's Construction Schedule: Comply with requirements in Division 01. E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of engineers and owners, and other information specified. F. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. G. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. H. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. J. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. K. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. L. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. M. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. IRC Admin Complex Roof Replacements 01 33 00-3 Submittal Procedures VIM.v dtc� *M DIGIII I UMI 3.01 CONTRACTOR'S REVIEW A. Review each submittal, check for compliance with the Contract Documents and note corrections and field dimensions prior to submitting to Engineer. 3.02 ENGINEER'S ACTION A. Submittals: Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp each submittal item with an action stamp and will mark stamp appropriately to indicate action taken. B. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 0133 00 IRC Admin Complex Roof Replacements 01 33 00-4 Submittal Procedures SECTION 0140 00 QUALITY REQUIREMENTS PART GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for quality assurance and quality control. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction comply with re- quirements. Services do not include contract enforcement activities performed by Engi- neer. C. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Test- ing laboratory shall mean the same as testing agency. 1.04 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Engineer. 1.05 SUBMITTALS A. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, li- censes, certifications, inspection reports, releases, jurisdictional settlements, notices, re- ceipts for fee payments, judgments, correspondence, records, and similar documents, es- tablished for compliance with standards and regulations bearing on performance of the Work. 1.06 QUALITY ASSURANCE A. It is the intent under this contract that workmanship shall be of the best quality consistent with the materials and construction methods specified. The presence or absence of the Owner's or Engineer's representative shall in no way relieve the Contractor of his re- sponsibility to furnish materials and construction in full compliance with the drawings IRC Admin Complex Roof Replacements 01 40 00-1 Quality Requirements and specifications. The Owner and Engineer shall have the authority to judge the quality and require replacement of unacceptable work or personnel at any time. B. All contractors shall cooperate in the execution of their work and shall plan their work in such manners as to avoid conflicting schedules or delay of work. If any part of a Con- tractor's work depends upon the work of another Contractor, defects, which may affect that work, shall be reported to the Engineer in order that prompt inspection may be made and defects corrected. Commencement of work by a Contractor where such condition ex- ists will constitute acceptance of the other Contractor's work as being satisfactory in all respects to receive the work commenced, except defects, which may later develop. Work of all trades under this contract shall be closely coordinated in such a manner as to obtain the best possible workmanship for the entire project. All components of the work shall be installed in accordance with the best practices of the particular trade. The Gen- eral Contractor is responsible to advise the Owner sufficiently in advance of operations to allow for assignment of personnel. C. Materials or methods described by words which, when applied, have a well-known tech- nical or trade meaning will be held to refer to such recognized standard. Standard speci- fications or manufacturer's literature, when referenced, shall be of the latest revision or printing unless otherwise stated, and are intended to establish the minimum requirements acceptable. D. All materials shall be new, all materials and workmanship shall be in every respect in ac- cordance with the best modern practice. E. When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or accepted, such materials shall be delivered to the site in original packages or containers with seals unbroken and labels intact and shall not be opened until inspected and approved by the Engineer. Contractor shall notify the Engi- neer prior to such material's delivery. F. The Contractor's Foreman or Superintendent to maintain one complete set of the contract documents and approved submittals on the job site. G. Contractor shall be responsible to correct deficiencies identified by Engineer and non- conforming work within 24 hours of receipt of notification, either verbally or written, and submit a plan of action for addressing the deficiencies and non -conforming work. Fur- ther tear -off or commencement of other work shall not occur until all deficiencies and non -conforming work are properly addressed. H. Installer Qualifications: A firm or individual experienced in installing, erecting, or as- sembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service perfor- mance. 1. Acceptable Contractor: a. Be certified in writing for a minimum of two years by the roofing mate- rials manufacturer to install the primary roofing products. b. Be recognized in the commercial roofing industry. C. Have a minimum of five (5) years' experience in installing the same or similar materials specified under the same firm name as that submitting the bid. If requested, submit a copy of firm's Articles of Incorporation to verify years in business. Also all crew workers on site are to be experi- IRC Admin Complex Roof Replacements 01 40 00-2 Quality Requirements enced and have a working knowledge of the system being installed. d. Principals of the firm to have a minimum of ten (10) years' experience in the estimating, supervision, management and administration of a con- tracting firm engaged in the application of building envelope involving removal of the existing building envelope systems. e. Licensed by state work is occurring in for the type and dollar amount of work contemplated by these Contract Documents. f. Never filed bankruptcy or filed for protection from creditors. g. At any time during the construction and completion of work covered by these Specifications, if the conduct of any workman of the various crafts be determined unsuitable or a nuisance to the Owner or Engineer, or if the workman be considered incompetent or detrimental to the work, the Contractor shall order such party removed immediately from the grounds with the person not returning at any time during the course of work on the project. h. During the performance of any work by the Contractor or subcontractors, the Contractor shall provide for the entire length of the project a full time onsite superintendent/representative meeting the following requirements: i. For the purpose of these Specifications the designation "superin- tendent" is hereby defined as the individual present on the job site at all times while work is being performed, and whose pri- mary responsibility is to supervise and direct the performance of the Work. ii. The superintendent shall be in attendance at the project site at all times during the progress of the work and his duties as superin- tendent shall be limited to this project only. The superintendent shall supervise and instruct workmen without engaging in the work process. Should the superintendent be absent temporarily from the project at any time, he shall designate a competent foreman to assume duties. During the superintendent's absence the foreman shall not engage in the work process but shall su- pervise and instruct only. Likewise, any communications given to the foreman shall be as binding as if given to the Contractor. iii. It shall be the superintendent's responsibility to communicate all matters pertaining to the Work with the Owner and/or Engineer. In case of emergency or safety, superintendent shall communi- cate directly with the Owner and/or Engineer. No decisions re- garding changes in the Work will be made without the Owner's knowledge. iv. Decision making authority and ability. V. Able to demonstrate knowledge of work being installed. vi. Fluent in the English language (i.e. reading, writing and speak- ing). vii. In possession of mobile telephone at all times. viii. Employed by the Contractor at least six months prior to project commencement. ix. Owner and Engineer/Engineer approval. X. No later than ten days prior to the pre -construction conference, Contractor shall provide the Owner, in writing, the names of the proposed project manager, job superintendent, and foreman for approval. If he so determines, the Owner, without giving cause, may request an additional name, or names, be submitted for ap- proval. The Owner will notify the Contractor of his acceptance IRC Admin Complex Roof Replacements 01 40 00-3 Quality Requirements at least 48 hours prior to the pre -construction conference. xi. Once approved, the superintendent will not be changed except with the consent of the Owner unless either prove to be unsatis- factory to the Owner or Contractor, or cease to be in the Contrac- tor's employment. xii. Promotion, transfer, or reorganization within the company will not be an acceptable cause for reassignment of the superinten- dent. xiii. The superintendent shall have had a minimum of five (5) years continuous experience as a job superintendent. I. Specialists: Certain sections of the Specifications require that specific construction activ- ities shall be performed by entities who are recognized experts in those operations. Spe- cialists shall satisfy qualification requirements indicated and shall be engaged for the ac- tivities indicated. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed. K. Fabricator Qualifications: A firm experienced in producing products similar to those in- dicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. L. Factory -Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 1.07 QUALITY CONTROL A. The authorized representatives and agents of Owner shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. B. Owner Responsibilities: Where quality -control services are indicated as Owner's respon- sibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. C. Contractor's Responsibilities: 1. Repair and protection of work and materials are Contractor's responsibility. 2. Should any work or materials not conform with requirements of the Specifica- tions or become damaged during the progress of the work, such work or materials shall be removed and replaced, together with any work disarranged by such alter- ations, at any time before completion and acceptance of the project. All such work shall be done at the expense of the Contractor. 3. Contractor will coordinate documents with manufacturer and perform such test - IRC Admin Complex Roof Replacements 01 40 00-4 Quality Requirements ing, reporting, and communication incidental to provisions of the warranty pro- cedures. 4. Inclement Weather a. In the event of temporary suspension of work as during inclement weath- er, or whenever the Engineer shall direct, the Contractor will protect carefully its work and materials against damage or injury from weather. If, in the opinion of the Engineer, any work or materials have been dam- aged or injured by reason of failure of the Contractor to protect its work, such materials shall be removed and replaced at the expense of the Con- tractor. b. During inclement weather and temporary suspension of work, the Con- tractor shall inspect the facility no later than 9:00 AM each day for leaks and perform temporary repairs if necessary. Inspections shall be made daily during extended periods of inclement weather. Upon arrival at the facility, Superintendent shall immediately inform the Owner of his pres- ence and purpose. C. If Contractor does not inspect the facility by 9:00 AM on days of inclem- ent weather and there are one or more leaks attributable to the Work, at 9:15 AM the Owner shall exercise his right to contact an outside contrac- tor to perform temporary repairs as necessary to prevent damage to the building, its contents and to minimize disruption. The Contractor shall reimburse the outside contractor an equitable amount as determined sole- ly by the outside contractor. If the Contractor arrives at the project site after the outside contractor has been contacted, but before temporary re- pairs are made, the outside contractor shall be reimbursed the fixed amount of $500.00, each occasion, for mobilization and/or travel expens- es. d. Should inclement weather occur after normal business hours Friday, Sat- urday, and Sunday or holidays, Contractor shall make arrangements with the Owner to provide access to the building to inspect for leaks. The Owner shall be compensated for providing personnel for the service on an hourly rate basis as determined solely by the Owner. D. Manufacturer's Field Services: During construction and until substantial completion, manufacturer's representative shall perform quality assurance site visits every ten work- ing days to ensure materials are being properly installed and as required to obtain the specified warranty. 1. The first site visit shall be performed within the first three (3) days of operations. 2. Coordinate all site visits with Engineer. Submit reports of findings within one week of inspection. Payment applications will be rejected until applicable re- ports are received. 3. Inspections to be performed by an employee of the selected manufacturer that is assigned full time to their technical services department. Sales personnel will not be acceptable for this function and may result in rejection of the work installed that does not fulfill this requirement. 4. Manufacturer's final inspections shall be performed only with REI personnel in attendance. A minimum of seven days' written notice is required. Any manufac- turer's final inspection conducted without REI personnel in attendance will be repeated at no additional cost to the Owner. 5. Any violation of this requirement will result in the removal of that manufacturer for a period of not less than one year from the Engineer's accepted materials list. IRC Admin Complex Roof Replacements 01 40 00-5 Quality Requirements PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. Comply with the Contract Document requirements for Section 01 73 29 -Cutting and Patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of re- sponsibility for quality -control services. END OF SECTION 0140 00 IRC Admin Complex Roof Replacements 01 40 00-6 Quality Requirements SECTION 0142 00 REFERENCES PART GENERAL 1.01 SECTION INCLUDES A. Requirements relating to Referenced Standards. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Engineer's action on Contractor's submittals, applica- tions, and requests, "approved" is limited to Engineer's duties and responsibilities as stat- ed in the Conditions of the Contract. C. "Directed": A command or instruction by Engineer. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly,. installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, cur- ing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Installer": Contractor or another entity engaged by Contractor as an employee, Subcon- tractor, or Sub -subcontractor, to perform a particular construction operation, including in- stallation, erection, application, and similar operations. Using a term such as "carpentry" does not imply that certain construction activi- ties must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements spec- ified apply exclusively to trades people of the corresponding generic name. J. "Experienced": When used with an entity, "experienced" means having successfully IRC Admin Complex Roof Replacements 01 42 00-1 References completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with require- ments of authorities having jurisdiction. K. "Project Site": Space available for performing construction activities. The extent of Pro- ject site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.04 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent re- quirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Docu- ments, unless otherwise indicated. C. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quali- ty levels, comply with the most stringent requirement. Refer uncertainties and require- ments that are different, but apparently equal, to Engineer for a decision before proceed- ing. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these require- ments, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision before proceeding. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 1.05 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the fol- lowing list. Names, telephone numbers, and Web site addresses are subject to change IRC Admin Complex Roof Replacements 01 42 00-2 References Accessibility Guidelines for Buildings and Facilities Available from Access Board www.access-board.gov CFR Code of Federal Regulations Available from Government Printing Office www.access.gpo.gov/nara/cfr FED -STD Federal Standard See FS FS Federal Specification Available from National Institute of Building Sciences www.nibs.or 1.05 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the fol- lowing list. Names, telephone numbers, and Web site addresses are subject to change IRC Admin Complex Roof Replacements 01 42 00-2 References and are believed to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association, Inc. (The) www.aluminum.or ACI American Concrete Institute/ACI International www.aci-int.org ACPA American Concrete Pipe Association www.concrete-pipe.org AGC Associated General Contractors of America (The) www.agc.org AHA American Hardboard Association www.ahardbd.or Al Asphalt Institute www.asphaltinstitute.org AIA American Institute of Architects (The) www.aia.or AIE American Institute of Engineers www.aieonline.or AISC American Institute of Steel Construction www.aisc.or AISI American Iron and Steel Institute www.steel.or AITC American Institute of Timber Construction www.aitc-glulam.org ALCA Associated Landscape Contractors of America www.alca.or ALSC American Lumber Standard Committee www.alsc.or ANLA American Nursery & Landscape Association www.anla.or ANSI American National Standards Institute www.ansi.or APA APA - The Engineered Wood Association www.apawood.org APA Architectural Precast Association www.archprecast.org ASCE American Society of Civil Engineers www.asce.or ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers www.ashrae.or ASME ASME International (The American Society of Mechanical Engineers International) www.asme.or ASTM ASTM International International www.astm.or AWI Architectural Woodwork Institute www.awinet.or AWPA American Wood -Preservers' Association www.awpa.com AWS American Welding Society www.aws.or BHMA Builders Hardware Manufacturers Association IRC Admin Complex Roof Replacements 01 42 00-3 References IRC Admin Complex Roof Replacements 01 42 00-4 References www.buildershardware.com BIA Brick Industry Association (The) www.bia.or CCFSS Center for Cold-Formed Steel Structures www.umr.edu/—ccfss CDA Copper Development Association Inc. www.copper.org CIMA Cellulose Insulation Manufacturers Association www.cellulose.or CISCA Ceilings & Interior Systems Construction Association www.cisca.or CISPI Cast Iron Soil Pipe Institute www.cispi.org CLFMI Chain Link Fence Manufacturers Institute www.chainlinkinfo.or CPA Composite Panel Association (Formerly: National Particleboard Association) www. bmdf.com CPPA Corrugated Polyethylene Pipe Association www.cppa-info.org CRSI Concrete Reinforcing Steel Institute www.crsi.or CSI Construction Specifications Institute (The) www.csinet.or DHI Door and Hardware Institute www.dhi.or EIMA EIFS Industry Members Association www.eifsfacts.com EJMA Expansion Joint Manufacturers Association, Inc. www.ejma.or FMG (FM) FM Global (Formerly: FM - Factory Mutual System) www.fmglobal.com GA Gypsum Association -www.gypsum.org GANA Glass Association of North America (Formerly: FGMA - Flat Glass Marketing Association) www.glasswebsite.com/gana HPVA Hardwood Plywood & Veneer Association www.hpva.org IGCC Insulating Glass Certification Council www.igcc.org LGSI Light Gage Structural Institute www.loseke.com MBMA Metal Building Manufacturers Association www.mbma.com MCA Metal Construction Association www.metalconstruction.or MFMA Metal Framing Manufacturers Association MIA Marble Institute of America www.marble-institute.com NAAMM National Association of Architectural Metal Manufacturers www.naamm.or NAIMA North American Insulation Manufacturers Association (The) IRC Admin Complex Roof Replacements 01 42 00-4 References IRC Admin Complex Roof Replacements 01 42 00-5 References www.naima.or NCMA National Concrete Masonry Association www.ncma.or NCPI National Clay Pipe Institute www.ncpi.org NECA National Electrical Contractors Association www.necanet.or NEMA National Electrical Manufacturers Association www.nema.or NETA InterNational Electrical Testing Association www.netaworld.or NFPA National Fire Protection Association www.nfpa.org NFRC National Fenestration Rating Council www.nfrc.or NGA National Glass Association www.p-ass.org NHLA National Hardwood Lumber Association www.natlhardwood.or NLGA National Lumber Grades Authority www.nlga.org NPA National Particleboard Association See CPA NRCA National Roofing Contractors Association www.nrca.net NRMCA National Ready Mixed Concrete Association www.nrmca.or NSA National Stone Association www.aggregates.org NTMA National Terrazzo and Mosaic Association, Inc. www.ntma.com NWWDA National Wood Window and Door Association See WDMA PCI Precast/Prestressed Concrete Institute www.pci.org PDCA Painting and Decorating Contractors of America www.pdca.com PDI Plumbing & Drainage Institute www.pdionline.org RCSC Research Council on Structural Connections www.boltcouncil.or RMA Rubber Manufacturers Association www.rma.or SDI Steel Deck Institute www.sdi.or SDI Steel Door Institute www.steeldoor.or SGCC Safety Glazing Certification Council www.sgcc.org SIGMA Sealed Insulating Glass Manufacturers Association www.sigmaonline.org/sigma SJI Steel Joist Institute www.steel'oist.or IRC Admin Complex Roof Replacements 01 42 00-5 References SMACNA Sheet Metal and Air Conditioning Contractors' National Association IAPMO www.smacna.org SPFA Spray Polyurethane Foam Alliance (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray ICBO Polyurethane Foam Division) www.sprayfoam.org SPI The Society of the Plastics Industry www.plasticsindustry.org SPIB Southern Pine Inspection Bureau (The) SBCCI www.spib.org SPRI SPRI (Single Ply Roofing Institute) www.spri.org SSINA Specialty Steel Industry of North America www.ssina.com SSMA Steel Stud Manufacturers Association (Formerly: ML/SFA - Metal Lath/Steel Framing Association) www.ssma.com SSPC SSPC: The Society for Protective Coatings www.sspc.org SWI Steel Window Institute www.steelwindows.com TCA Tile Council of America, Inc. www.tileusa.com TPI Truss Plate Institute UL Underwriters Laboratories Inc. www.ul.com WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association) www.wdma.com WMMPA Wood Moulding & Millwork Producers Association www.wmm a.com WWPA Western Wood Products Association www.wwpa.org B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are be- lieved to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. www.bocai.org IAPMO International Association of Plumbing and Mechanical Officials (The) www.ia moor ICBO International Conference of Building Officials www.icbo.or ICC International Code Council (Formerly: CABO - Council of American Building Officials) www.inticode.or SBCCI Southern Building Code Congress International, Inc. www.sbcci.or IRC Admin Complex Roof Replacements 01 42 00-6 References C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifi- cations or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Doc- uments. CPSC Consumer Product Safety Commission www.c sc. ov EPA Environmental Protection Agency www.epa.gov OSHA Occupational Safety & Health Administration www.osha.gov PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0142 00 IRC Admin Complex Roof Replacements 01 42 00-7 References SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART GENERAL 1.01 SECTION INCLUDES A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, occupants of testing and inspecting agencies and personnel of authorities having jurisdiction. 1.04 QUALITY ASSURANCE A. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and NFPA 241. 1. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS A. Parking and Traffic Control: Contractor shall be responsible for obtaining and erecting street/parking lot signage as necessary to divert traffic away from staging areas, etc. Contractor is to coordinate signage requirements with the Owner and Engineer. All associated costs are to be borne by the Contractor. Contractor shall provide area for parking for subcontractors, Engineer and Owner representatives. PART 2 PRODUCTS 2.01 MATERIALS/EQUIPMENT A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Engineer. Provide materials suitable for use intended. B. Portable Chain -Link Fencing: Minimum 2 -inch 9 -gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2 -3/8 - IRC Admin Complex Roof Replacements 01 5000-1 Temporary Facilities and Controls inch- OD line posts and 2 -7/8 -inch- OD corner and pull posts, with 1 -5/8 -inch- OD top and bottom rails. Provide non -permanent bases for support. C. Water: Potable. D. Self -Contained Toilet Units: Single -occupant units of chemical, aerated recirculation, or combustion type; vented; fully enclosed with a glass -fiber -reinforced polyester shell or similar nonabsorbent material. E. Electrical Outlets: Properly configured, NEMA -polarized outlets to prevent insertion of 110- to 120-V plugs into higher -voltage outlets; equipped with ground -fault circuit interrupters, reset button, and pilot light. PART 3 EXECUTION 3.01 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service if service is not available from Owner. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity at each stage of construction. Before temporary utility is available, provide trucked -in services. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements cannot be used for that purpose. B. Water Service: Water for construction purposes will be available from the Owner at no charge. Contractor shall operate exterior hose bids only with properly fitted handles which shall be removed at the end of each work day. Any damage to hose bids or hose bib stems shall be repaired by Contractor. Hose bibs shall not be operated with pliers. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. Facilities will be located at sites approved by Owner. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. 2. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. 3. Drinking -Water Facilities: Provide bottled -water, drinking -water units. D. Electrical Power Service: Contractor shall provide portable generators for all electrical power requirements. E. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and equipment. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. IRC Admin Complex Roof Replacements 01 50 00-2 Temporary Facilities and Controls 3.02 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Coordinate with Engineer on location. 2. Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feet of building lines. Comply with NFPA 241. 3. Maintain support facilities until near Final Acceptance. Remove before Final Acceptance. Personnel remaining after Final Acceptance will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Project Identification and Temporary Signs: Prepare Project identification and other signs in sizes indicated. Install signs where indicated to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Prepare temporary signs to provide directional information to construction personnel and visitors. D. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. Comply with Section 0174 00 Cleaning and Waste Management for progress cleaning requirements. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. E. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services. Sheds may be open shelters or fully enclosed spaces within building or elsewhere on-site. 3.03 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noisemaking tools and equipment to hours that will minimize complaints from persons or firms near Project site. B. Material Storage Enclosure Fence: Install enclosure fence with lockable gates to completely enclose and hide the materials storage, or store as much material in locked trailers as practicable. C. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. D. Barricades, Warning Signs, and Lights: Comply with standards and code requirements IRC Admin Complex Roof Replacements 01 5000-3 Temporary Facilities and Controls for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing red or amber lights.. E. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, provide insulated temporary enclosures. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. 2. Vertical Openings: Close openings of 25 sq. ft. or less with plywood or similar materials. 3. Horizontal Openings: Close openings in floor or roof decks and horizontal surfaces with load-bearing, wood -framed construction. 4. Install tarpaulins securely using fire -retardant -treated wood framing and other materials. 5. Seal joints and perimeter. Equip partitions with dustproof doors and security locks. 6. Protect air -handling equipment. 7. Weatherstrip openings. F. Develop and supervise an overall fire -prevention and first-aid fire -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. G. Protection of adjacent roof areas: Contractor shall provide protection to adjacent roof systems in the form of '/o" CDX plywood over 1.5" rigid insulation with warning flags on both sides. All foot and equipment traffic shall be limited to protected walkways. 3.04 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. END OF SECTION 0150 00 IRC Admin Complex Roof Replacements 01 5000-4 Temporary Facilities and Controls SECTION 0173 29 CUTTING AND PATCHING PART GENERAL 1.01 SECTION INCLUDES A. This Section includes procedural requirements for cutting and patching. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or perfor- mance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.04 QUALITY ASSURANCE A. Engineer's Approval: Obtain approval of cutting and patching before cutting and patch- ing. Approval does not waive right to later require removal and replacement of unsatis- factory work. B. Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering cal- culations sealed by a licensed Engineer in the state of the project showing integration of reinforcement with original structure. C. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that result in increased maintenance or decreased operational life or safety. D. Miscellaneous Elements: Do not cut and patch the following elements or related compo- nents in a manner that could change their load -carrying capacity that results in reducing their capacity to perform as intended, or that result in increased maintenance or decreased operational life or safety. E. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exte- rior or in occupied spaces in a manner that would, in the Engineer's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. F. Cutting and Patching Conference: If extensive cutting and patching is required, before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. IRC Admin Complex Roof Replacements 01 7329-1 Cutting and Patching 1.05 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART2 PRODUCTS 2.01 MATERIALS A. General: Comply with requirements specified in other Sections of these Specifications. B. Existing Materials: Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. PART 3 EXECUTION 3.01 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of sub- strates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or abandoned, bypass such services before cutting to minimize interruption of services to occupied areas. 3.03 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut existing construction to provide for installation of other components or per- formance of other construction, and subsequently patch as required to restore sur- faces to their original condition. B. Cutting: Cut existing construction by sawing, drilling, breaking, chipping, grinding, and IRC Admin Complex Roof Replacements 01 7329-2 Cutting and Patching . similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete or Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 5. Proceed with patching after construction operations requiring cutting are com- plete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar op- erations following performance of other Work. Patch with durable seams that are as in- visible as possible. Provide materials and comply with installation requirements speci- fied in other Sections of these Specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend from one finished area into another, patch and repair floor and wall surfaces in the new space.. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if nec- essary,.to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and intermedi- ate paint coats over the patch and apply final paint coat over entire un- broken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Exterior Building Enclosure: Patch components in a manner that restores enclo- sure to a weather tight condition. 5. Ceilings: Patch, repair, or re -hang existing ceilings as necessary to provide an even -plane surface of uniform appearance. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty and similar materials. END OF SECTION 0173 29 IRC Admin Complex Roof Replacements 01 73 29-3 Cutting and Patching SECTION 0174 00 CLEANING AND WASTE MANAGEMENT PART1 GENERAL 1.01 SECTION INCLUDES A. The Owner has established that this Project shall include proactive measures for waste management participation by all parties to the contract. 1. The purpose of this program is to ensure that during the course of the Project all diligent means are employed to pursue practical and economically feasible waste management and recycling options. 2. Upon award, each subcontractor shall be required to furnish documentation from suppliers or manufacturers regarding waste management and recycling options for those products and procedures furnished. 3. Waste disposal to landfills shall be minimized. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 DEFINITIONS A. Waste: Any material that has reached the end of its intended use. Waste includes salvageable, returnable, recyclable and reusable material. B. Construction waste: Solid wastes including, but not limited to, building materials, packaging materials, debris and trash resulting from construction operations. C. Salvage: To remove a waste material from the Project site to another site for resale or reuse by others. D. Hazardous waste: Any material or byproduct of construction that is regulated by the Environmental Protection Agency and that may not be disposed in any landfill or other waste end -source without adherence to applicable laws. E. Trash: Any product or material unable to be returned, reused, recycled or salvaged. F. Landfill: Any public or private business involved in the practice of trash disposal. G. Waste Management Plan: A Project -related plan for the collection, transportation, and disposal of the waste generated at the construction site. PART 2 PRODUCTS 2.01 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 EXECUTION IRC Admin Complex Roof Replacements 01 7400-1 Cleaning and Waste Management 3.01 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials in a legal manner. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Final Acceptance. G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. 1. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. H. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. I. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Final Acceptance. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. K. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or IRC Admin Complex Roof Replacements 01 74 00-2 Cleaning and Waste Management K117►a otherwise deleterious exposure during the construction period. CONSTRUCTION WASTE MANAGEMENT PLAN A. Waste Management Plan shall include the following: Solid Waste Disposal and Diversion document. a. Identification of materials recycled. b. Identification of materials landfill. C. Identification of hazardous wastes and disposal. 2. Locations of sorting and waste storage facilities on Site Plan of project. 3. Final documentation of subcontractor/supplier waste management/recycling data. 4. Final documentation of hazardous waste disposal plan. B. Construction Waste Management Plan Implementation: 1. The Contractor shall designate an on-site party (or parties) responsible for instructing workers and overseeing and documenting the Waste Management Plan. 2. The "Summary of Construction Waste/Recycling" shall be completed each month and submitted as part of Application for Payment. a. All materials identified in the Summary shall be reported by weight. b. Where weight is not applicable, Contractor shall report materials by units applicable to material recipient. C. Contractor shall procure receipts or other validation of waste management procedures and include them as part of the submittal. 3. The Contractor shall distribute copies of the "Summary of Construction Waste/Recycling" to the Consultant, Owner and each subcontractor involved in the plan. 4. The Contractor shall provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse and return methods .to be used by all parties at appropriate stages of the Work. 5. Separation facilities: a. Contractor shall define specific areas to facilitate separation of materials for recycling, salvage, re -use or return. b. Recycle and waste bin areas are to be maintained in an orderly manner and clearly marked to avoid contamination of materials. C. Do not mix recyclable materials. d. Store hazardous wastes in secure areas. Hazardous wastes: a. Hazardous wastes shall be separated, stored and disposed of in accordance with local and EPA regulations and additional criteria listed below: i. Building products manufactured with PVC or containing chlorinated compounds shall not be incinerated. ii. Disposal of fluorescent tubes to open containers is not permitted. iii. Unused fertilizers shall not be co -mingled with construction waste. IRC Admin Complex Roof Replacements 01 74 00-3 Cleaning and Waste Management 3.03 C. Program profits: 1. All profits from recycling of construction waste shall be granted to the Contractor. FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Final Acceptance. a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. e. Remove debris and surface dust from roofs and walls. f. Clean transparent materials and glass in windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. g. Remove labels that are not permanent. h. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. i. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess foreign substances. j. Replace parts subject to unusual operating conditions. k. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 0174 00 IRC Admin Complex Roof Replacements 01 7400-4 Cleaning and Waste Management SECTION 0177 00 CLOSEOUT PROCEDURES PART GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection Procedures. 2. Project Record Documents. 3. Warranties. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. 1.03 SUBSTANTIAL COMPLETION A. The Contractor shall submit written certification to the Engineer that the Project is sub- stantially complete along with the following: 1. Prepare a list of items to be completed and corrected (Contractor's punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 4. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 5. Advise Owner of changeover in heat and other utilities. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 7. Complete final cleaning requirements, including touchup painting. 8. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Substantial Completion Inspection: On receipt of written substantial completion certifi- cation, the Engineer will make a substantial completion inspection within seven (7) days after receipt of certification. 1. Should the Engineer consider the Work not substantially complete, he will im- mediately notify the Contractor, in writing, stating the reasons. The Contractor shall complete the Work and send a second written notice to the Engineer, certi- fying the Project is substantially complete, at which time the Engineer will re- inspect the work. 2. Should the Engineer consider the Work substantially complete, he will prepare and issue a Certificate of Substantial Completion (AIA G704) accompanied by the list of items to be completed or corrected (Punch List). 3. A punch list of items will be prepared for correction and completion before the Final Inspection. The Contractor shall complete the punch list items within fif- IRC Admin Complex Roof Replacements 01 7700-1 Closeout Procedures teen (15) days of the punch list inspection. If the Contractor fails to complete the punch list within this period, the Owner will have the right to impose liquidated damages in the amount of five hundred ($500.00) dollars for each consecutive day until all of the items are completed. 1.04 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit signed copy of Engineer's inspection list of items to be completed or cor- rected (punch list). The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 2. Submit evidence of final, continuing insurance coverage complying with insur- ance requirements. 3. Instruct Owner's personnel in operation, adjustment, and maintenance of prod- ucts, equipment, and systems. B. Final Inspection: The submission of the signed punch list constitutes as written request for final inspection for acceptance. On receipt of request, Engineer along with the Own- er's Representative will conduct a final inspection within seven (7) days of receipt of cer- tification. 1. Should the Engineer consider that the Work is finally complete in accordance with requirements of the Contract Documents, he will request the Contractor to make Project Closeout Submittals. 2. Should the Engineer consider that the Work is not finally complete, he will notify the Contractor, in writing, stating the reasons. 3. The Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written notice to the Engineer certifying that the Work is complete, at which time the Engineer will re -inspect the Work. 1.05 PROJECT RECORD DOCUMENTS A. General: Do not use Project Record Documents for construction purposes. Protect Pro- ject Record Documents from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours. The Contractor shall submit all required record documents and warranties within thirty (30) days of the punch list inspection. If the Contractor fails to properly submit all required items within this period, the Owner will have the right to im- pose liquidated damages in the amount of five hundred ($500.00) dollars for each consecutive day until all of the items are properly submitted. B. Record Drawings: Maintain and submit one set of blue- or black -line white prints of Contract Drawings and Shop Drawings. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to pre- pare the marked -up Record Prints. a. Give particular attention to information on concealed elements that can- not be readily identified and recorded later. IRC Admin Complex Roof Replacements 01 77 00-2 Closeout Procedures b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark record sets with red -colored pencil/pen/ink. Use other colors to distinguish between changes for different categories of the Work at the same location. 3. Note Construction Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable. 4. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover sheets. C. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifica- tions. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Note related Change Orders and Record Drawings, where applicable. D. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. The following items shall be submitted, not lim- ited to: 1. Completed and signed Engineer's Punch List 2. Copy of Manufacturer's Final Inspection Report 3. Landfill Charge Tickets 4. Asbestos Disposal Manifests (If Applicable) 5. Certificate of Occupancy (If Applicable) 1.06 WARRANTIES A. Metal Roof Panel Watertight and Finish Warranty as outlined in Section 07 41 13. B. Pre -finished Sheet Metal finish warranty as outlined in Section 07 62 00. C. Contractor's two (2) year warranty on their company letterhead using sample contained in the Project Manual. 1. Contractor will be required to attend a post construction field inspection no earli- er than twenty -three (23) months and no later than twenty-four (24) months after the date of Substantial Completion and complete any corrective action requested by Owner, Engineer, or Manufacturer at no additional cost to the Owner. D. Contractor's Asbestos -Free Warranty on their company letterhead using sample con- tained in the Project Manual. PART 2 PRODUCTS (NOT USED) IRC Admin Complex Roof Replacements 01 7700-3 Closeout Procedures PART 3 EXECUTION (NOT USED) END OF SECTION 0177 00 IRC Admin Complex Roof Replacements 01 7700-4 Closeout Procedures SECTION 05 3123 STEEL ROOF DECK REPAIR/SECUREMENT PART GENERAL 1.01 SECTION INCLUDES A. Inspection, evaluation and remediation of existing steel roof deck. Remediation shall consist of the following: 1. Repair of surface rust and through holes in steel decking. 2. Replacement of damaged or deteriorated steel decking. B. Installation of new mechanical fasteners to secure steel decking to steel framing and to secure deck side and end laps to meet requirements of applicable NOA. 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Preparation for Reroofing Section 07 0150 1.02 REFERENCES A. American Iron and Steel Institute (AISI) Standard- North American Specification for the Design of Cold -Formed Steel Structural Members, 2001 Edition with Supplement 2004. B. Steel Deck Institute, Inc. (SDI) Design Manual for Composite Decks, Form Decks, and Roof Decks (No. 31, 2007). C. American Institute of Steel Construction (AISC) Steel Construction Manual, 14`h Edition. D. FM Global Data Sheet 1-28 Wind Loads to Roof Systems (Revised January 2000). E. American Welding Society (ANSI/AWS) D1.3 Structural Welding Code/Sheet Steel — 98 Structural Welding Code — Sheet Steel. F. American Society for Testing and Materials (ASTM) Specifications. 1. A653 (A653M)-06 Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy - Coated (Galvannealed) by the Hot -Dip Process. 2. A924 (A924M)-06 Standard Specification for General Requirements for Steel Sheet, Metallic Coated by the Hot -Dip Process. 3. E936-98(2004) Standard Practice for Roof System Assemblies Employing Steel Deck, Preformed Roof Insulation, and Bituminous Built-up Roofing. 4. A 108-07 Standard Specification for Steel Bar, Carbon and Alloy, Cold -Finished. 1.03 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. IRC Admin Complex Roof Replacements 05 31 23-1 Steel Roof Deck Repair and Securement C. 1.04 A. PART 2 2.01 A. Latest edition of the Manufacturer's current material specifications and installation instructions. QUALITY ASSURANCE Meticulous attention to the detail of installation and workmanship shall be provided to ensure the assemblage of products in the highest grade of excellence by skilled craftsmen of the trade. PRODUCTS MATERIALS Roof deck replacement/repair: Products specified are for establishing the type, design, and quality required. 1. Roof Deck: FM Approved or UL listed 22 gauge minimum; factory primed steel profile to conform to existing deck 1 'h inch profile at end and side laps. 2. Roof Deck Fasteners: a. Deck -to -structural steel: Fasteners shall be FM Approved, self -drilling deck fasteners of length and type as required by applicable NOA. Include 3/4" diameter washers. Acceptable manufacturer's include: ITW Buildex Corp. Traxx 5 b. Deck -to -deck side lap fasteners: Fasteners shall be FM Approved self - drilling deck side lap fasteners of length and type as required by fastener manufacturer for thickness of steel deck. . Acceptable manufacturer's include: i. ITW Buildex Corp. Traxx 1 Deck Repair Coating: Shall be high solids, low VOC, self -priming epoxy coating for use on steel structures such as: a. Amerlock 400 as manufactured by Ameron International b. Bar -Rust 231 as manufactured by Devoe C. High Build Epoxy Mastic as manufactured by Duron d. M45 Epoxy Mastic Coating as manufactured by Benjamin Moore & Co. 4. Deck Repair Plates: Shall be galvanized steel plates of thickness indicated. Plates shall be sized to extend a min. 8" beyond the through hole in existing decking on all sides with plate edges resting completely on a rib. PART 3 EXECUTION 3.01 INSPECTION A. Contractor's superintendent shall inspect the roof deck each day of construction in which the deck is exposed. The condition of the deck shall be documented in the contractor's daily logs. Photographs of the deck shall be taken to show all of the exposed areas, and if corrosion is present, additional photographs shall be taken, as required, to document the degree of corrosion. The Engineer shall be notified and provided with the contractor's notes and photographs on each day that corrosion is observed. IRC Admin Complex Roof Replacements 0531 23-2 Steel Roof Deck Repair and Securement B. Before removing decking, cutting decking or fastening decking, the Contractor shall inspect interior conditions under the deck to prevent cutting or damaging the joists, electrical conduit, sprinkler piping, fixtures and utilities. The Contractor shall ensure conditions are satisfactory before proceeding with the work, and continuously monitor interior and exterior work conditions during demolition and construction operations. C. Commencement of work signifies Contractor's acceptance of conditions. Any defects in roofing work resulting from such accepted conditions shall be corrected to Engineer's satisfaction at no additional expense. D. The following descriptions indicate roof deck corrosion levels by degree. Corrosion observed during the deck inspection shall be assessed a corrosion level of 1 through 5. Following the assessment, the appropriate Remediation Methods shall be conducted. Remediation Methods shall follow the deck corrosion level descriptions. Refer to Section 0122 00 - Unit Prices. Degree #1 a. Red rust on top flange. b. Dark brown rust scaling on top flange. C. Dark brown rust scale removed by scraping/wire brushing to indicate minor pitting of the metal surface. d. Deck flutes discolored. 2. Degree #2 a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. C. Entire deck sections (flanges and flutes) have been or can be readily removed during examination or areas of decking are missing, up to 8" in any one direction. 3. Degree #3 a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. C. Entire deck sections (flanges and/or flutes) have been or can be readily removed during examination or areas of decking are missing, from 8" to 13" in any one dimension. 4. Degree #4 a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. C. Entire deck sections (flanges and/or flutes) have been or can be readily removed during examination or areas of decking are missing, from 13" to 24" in any one dimension. Degree #5 a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. C. Entire deck sections (flanges and/or flutes) have been or can be readily removed during examination or areas of decking are missing, 24" or greater in any one dimension. IRC Admin Complex Roof Replacements 05 31 23-3 Steel Roof Deck Repair and Securement 3.02 PREPARATION A. Completely remove and/or vacuum debris from deck surface and ribs to allow for inspection of existing deck. B. Remove and properly dispose of all damaged decking (Corrosion Degree Level 5) and back-out/remove deck fasteners in the repair area. C. Contractor shall take all necessary precautions to prevent debris from entering building space, and coordinate operations with Engineer and Owner. D. Contractor shall provide temporary protection of building interior and contents to prevent damage. 3.03 STEEL DECK REMEDIATION A. Corrosion Degree 1: 1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Properly mix deck repair coating according to manufacturer's recommendations. 4. Do not mix more material than can be used in the materials expected pot life. 5. Material should be from 50° F to 90° F for optimum application. 6. Brush or roller apply deck repair coating as recommended by manufacturer. 7. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed. B. Corrosion Degree 2: 1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Mechanically attach 18 GA. deck repair plate to deck ribs with deck to side lap fasteners 8" on center maximum or a minimum of 2 screws per side. 4. Properly mix deck repair coating according to manufacturer's recommendations. 5. Do not mix more material than can be used in the materials expected pot life. 6. Material should be from 50° F to 90' F for optimum application. 7. Brush or roller apply deck repair coating as recommended by manufacturer. 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed. C. Corrosion Degree 3: 1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Mechanically attach 16 GA. deck repair plate to deck ribs with deck to side lap fasteners 8" on center maximum or a minimum of 2 screws per side. 4. Properly mix deck repair coating according to manufacturer's recommendations. 5. Do not mix more material than can be used in the materials expected pot life. 6. Material should be from 50° F to 90' F for optimum application. 7. Brush or roller apply deck repair coating as recommended by manufacturer. 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed. IRC Admin Complex Roof Replacements 05 31 23-4 Steel Roof Deck Repair and Securement 3.04 D. Corrosion Degree 4: 1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Mechanically attach 1/8" thick deck repair plate to deck ribs with deck to side lap fasteners 8" on center maximum or a minimum of 2 screws per side. 4. Properly mix deck repair coating according to manufacturer's recommendations. 5. Do not mix more material than can be used in the materials expected pot life. 6. Material should be from 50° F to 90° F for optimum application. T. Brush or roller apply deck repair coating as recommended by manufacturer. 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed. E. Corrosion Degree 5: 1. Examine underside of steel deck for any conduit located directly below the deck surface, anything suspended or fastened to the deck surface, etc. If necessary, detach all objects from the bottom side of the deck to be removed. 2. Any deck meeting Corrosion Degree 5 shall be removed in its entirety. 3. Overlap all deck end laps no less than 6" and as required to secure through both panels and into the structural steel. Lap ends only over structural framing. Deck fasteners shall penetrate deck panels no less than 2" from the edge of the panel. 4. Overlap all deck side laps to nest flush into neighboring deck panel. Install a minimum of two deck side lap fasteners. 5. Workers shall apply their weight over the area being fastened to prevent deck deflection and ensure complete contact between fasteners, deck and/or structural steel. 6. Follow deck Manufacturer's instructions and the latest edition of the Steel Deck Institute (SDI) Specifications and Commentary. STEEL DECK SECUREMENT A. Fasten all steel deck panels to steel framing and steel deck side laps as follows: 1. Field of Roof. Fasten deck to joists 6" on centers, one fastener in every deck rib. 2. Perimeter of Roof Fasten deck to joists 6" on centers, one fastener in every deck rib. 3. Deck Side -Lap Fastening: a. Install deck panel side -lap fasteners between joists. Equally space the fasteners no greater than 24" apart. 4. Fastener position/location: a. Deck fasteners shall be driven in the center of the bottom of the deck rib. The fasteners shall be driven within +/- 1/4" of the center of the structural steel bearing surface. The fasteners shall be driven along the center of the structural steel member, not near the edge of the structural steel. b. Deck side lap fasteners shall be driven into the deck rib such that both panels are penetrated. The side lap fastener shall be located along the center of the bottom of the rib. Workers shall apply their weight over the area being fastened to prevent deck deflection and ensure complete contact between fasteners, deck and/or structural steel. IRC Admin Complex Roof Replacements 05 31 23-5 Steel Roof Deck Repair and Securement 3.05 MISCELLANEOUS A. Contractor shall monitor the inside of the building at all times during removal and replacement of damaged steel decking to prevent damage to building, equipment and occupancy. B. Contractor shall monitor all hot work operations in strict accordance with the Owners requirements and local Code. These operations include, but are not limited to, cutting, welding, soldering, brazing, grinding, etc. and any and all other spark or flame producing operations. END OF SECTION 05 3123 IRC Admin Complex Roof Replacements 05 31 23-6 Steel Roof Deck Repair and Securement SECTION 06 10 00 ROUGH CARPENTRY PART GENERAL 1.01 SECTION INCLUDES A. Rough Carpentry work required to facilitate installation of new roof assembly including: 1. Installation of new pressure treated wood blocking and plywood sheathing. 2. Re-securement of existing rough carpentry to remain in place. 3. Removal and replacement of damaged, rotted or deteriorated rough carpentry to match existing. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Roof Insulation 2. Sheet Metal Flashing and Trim 1.03 REFERENCES Section 07 22 16 Section 07 62 00 A. Refer to the following references, current edition for specification compliance: 1. Florida Building Code (FBC) 2. Roofing Application Standard (RAS) No. 111 3. American Society for Testing and Materials (ASTM) 4. American Wood -Preserver's Association (AWPA) a. AWPA Cl All Timber Products -Preservative Treatment by Pressure Process b. AWPA C2 Lumber, Timber, Bridge Ties and Mine Ties — Pressure Treatment by Pressure Processes. C. AWPA C9 Plywood — Preservative Treatment by Pressure Processes d. AWPA C15 Wood for Commercial -Residential Construction Preservative Treatment by Pressure Process. 5. American Plywood Association (APA) 6. Underwriters Laboratories, Inc. (UL) 7. FM Global/Factory Mutual Research (FM) 1.04 DEFINITIONS A. Rough Carpentry includes carpentry work not specified as part of other Sections and generally not exposed. B. KDAT: Kiln Dried After Treatment. 1.05 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures for Submittals. IRC Admin Complex Roof Replacements 06 10 00-1 Rough Carpentry B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with this specification. 1.06 QUALITY ASSURANCE A. Contractor shall inspect wood to be installed for damage, warping, splits, and moisture content as defined by the applicable wood products industry standards. Materials that do not comply shall be rejected. B. Rough carpentry installation shall present a smooth, consistent substrate for roof system and flashing installation. C. Qualifications of workers: Provide sufficient, competent and skilled carpenters in accordance with accepted practices and supervisors who shall be present at all times during execution of this portion of the work, and who shall be thoroughly familiar with type of construction involved in this section and related work and techniques specified. D. Moisture Content: 1. Treated wood products shall be KDAT. 2. Treated lumber used in the roofing assembly shall not be stored or installed in a manner exposing it to rain. 3. Moisture content of treated lumber shall be 19 percent or less before being covered/enclosed into roofing assembly. 4. Contractor shall be responsible for ensuring lumber is delivered, stored and installed at 19% or less moisture content. 5. Plywood shall be 18% or less before being covered/enclosed into roofing assembly. E. Each piece of treated lumber and plywood shall bear the stamp of the AWPA Quality Mark, indicating compliance with the requirements of the AWPA Quality Control Program. F. Lumber Standards: Comply with PS 20 and applicable rules of respective grading and inspecting agencies for species and products indicated. G. Plywood Product Standards: Comply with PS 1 (ANSI A 199.1) or, for products not manufactured under PS 1 provisions, with applicable APA Performance Standard for type of panel indicated. H. Installation of all required new rough carpentry for roofing and flashing terminations to ensure plumb, uniform and level metal flashings. I. Rough carpentry installation shall ensure roof membrane flashing transitions are smooth for complete roof drainage and appearance. Installation of all fasteners and associated materials to secure rough carpentry as detailed and specified. 1.07 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Store a minimum of four inches above ground on framework or blocking. Stack lumber as well as plywood and other panels; provide for air IRC Admin Complex Roof Replacements 06 10 00-2 Rough Carpentry circulation within and around stacks. Cover with protective waterproof covering providing for adequate air circulation and ventilation B. Exposure to precipitation during shipping, storage or installation shall be avoided. If material does become wet, it shall be replaced or permitted to dry prior to covering or enclosure by other roofing, sheet metal or other construction materials (except for protection during construction). C. Immediately upon delivery to job site, place materials in area protected from weather. D. Do not store seasoned materials in wet or damp portions of building. E. Protect sheet materials from corners breaking and damaging surfaces, while unloading. PART 2 PRODUCTS 2.01 MATERIALS A. Lumber: Shall Be No. 2 or better spruce or southern yellow pine. Shall be sound, thoroughly seasoned, dressed to nominal finish dimension, and free of warpage, cupping, and bowing. Dimensions shall be determined by job conditions or as indicated in detail drawings. B. Plywood Sheathing: Shall be structural 1 rated. Plywood shall be stamped APA RATED SHEATHING grade -C or better, and shall be manufactured with exterior glue (exposure 1). Plywood shall have a minimum thickness of 3/4 inch or as required to match existing. C. Wood Pressure Treatment: Salt pressure -treatment conforming to AWPA Standard C-2 (above ground) or C-9 with 0.25 to 0.40 lbs per cubic foot retention rate. 2.02 FASTENERS A. General: 1. All fasteners shall be stainless steel, hot -dipped galvanized or as approved by Engineer. 2. Fasteners securing pressure treated lumber shall be manufactured for corrosion resistance and exposures associated with pressure treated wood applications. 3. Nails shall not be used at roof edges to fasten rough carpentry, lumber, plywood, etc. Screws, anchors, and/or machine bolts shall be used to secure rough carpentry at roof perimeter edges. 4. Masonry screws, spikes, and drive -pins shall not be used to fasten edge/perimeter milers to concrete decks. Minimum '/z inch diameter anchors or bolts shall be used to secure roof edge nailers to concrete substrates. B. Wood to steel deck and light gage steel framing (18-ga. or less): 1. Shall be #14-13 DPI, pancake or panhead, corrosion resistant, ASTM A153, FM Approved, self -drilling and self -tapping screw, length to provide minimum 3 pitches of thread through metal thicknesses. Acceptable manufacturers include: a. ITW Buildex Teks b. Concealor® C. Blazer IRC Admin Complex Roof Replacements 06 10 00-3 Rough Carpentry d. SFS Intec e. Engineers accepted equivalent. C. Wood to wood: 1. Screws: No. 10 or greater, stainless steel wood screws with flat head, or insulation screws. Length to embed into base substrate a minimum of 1-1/2". 2. Nails: 8, 10 or 16 penny, stainless steel, ring shank nails. Length to embed into base substrate a minimum 1-1/2". Acceptable manufacturers include: a. Maze Nails b. Anchor Staple and Nail C. Swan Secure Products d. Manasquan Premium Fasteners e. Engineers accepted equivalent. D. Wood to brick, concrete block, other masonry units, and solid concrete substrates: Epoxy adhesive anchoring system: Minimum 1/2 inch diameter, corrosion resistant threaded rods supplied by the anchoring system manufacturer, length as required to provided minimum embedment as required by fastener manufacturer based upon substrate being secured. Screen for for substrate provided by fastener manufacturer. Corrosion resistant nut and 1-1/2" diameter flat washer. Acceptable manufacturers include: a. Hilti Hit Hy -10 Plus b. Powers Fasteners, Inc. AC 100 Anchoring System C. ITW Ramset Epcon C6 Fast Curing Epoxy d. Engineers accepted equivalent E. Wood to solid concrete substrates: Masonry screws, 1/4 inch minimum diameter, Type 410 stainless steel with flat head. Length to provide minimum 1" embedment into substrate. Acceptable manufacturers include: a. Tapcon by ITW Buildex, b. KWIK-CON II by Hilti C. Powers Fasteners Tapper + d. Engineers accepted equivalent. 2. Sleeve -Type, or Wedge -Type, Expansion Anchor: Minimum 1/2 inch diameter, Type 304 or 316 Stainless Steel, Expansion Anchor Bolt Assembly of length as required to provided minimum embedment as required by fastener manufacturer based upon substrate being secured. Acceptable manufacturers include: a. Lok/Bolt, Power Bolt or Power -Stud by Powers Fasteners b. Redi-Bolt, Dynabolt or Trubolt by Red Head Anchoring Systems C. Kwik Bolt by Hilti d. Engineers accepted equivalent. F. Wood to structural steel (greater than 16 -GA.): #12-24 DP5 (for steel thickness up to 1/2") or DP4 (for steel thickness from 1/8" IRC Admin Complex Roof Replacements 06 10 00-4 Rough Carpentry to 3/8"), flat or hex head, corrosion resistant, self-drilling/self-tapping fastener of length to provide minimum 3 pitches of thread through metal thicknesses. Acceptable manufacturers include: a. ITW Buildex Teks b. SFS Intec C. Blazer d. Engineers accepted equivalent G. Washers: Fasteners heads for screws, anchors and bolts terminating at the surface of nailers shall be provided with a minimum 5/8 inch diameter, stainless steel or similar corrosion resistance flat washer provided by fastener manufacturer, unless washer is provided from factory as part of the fastener assembly. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall inspect substrates to receive rough carpentry, and ensure substrates are in satisfactory condition prior to installation of rough carpentry. B. Contractor shall inspect all new and existing rough carpentry including fasteners for material condition before proceeding with installation. Deteriorated, rotted, damaged, split, warped, twisted or wet materials shall be removed and replaced with specified materials. Refer to Section 01 22 00 -Unit Prices. C. Contractor shall remove old cants, tapered edge strips, debris, old fasteners, etc. that interfere with the installation of new rough carpentry. D. Contractor shall notify Engineer in writing of unsatisfactory conditions. E. Commencement of work signifies Contractor's acceptance of substrates. Any defects in roofing work resulting from such accepted substrates shall be corrected at no additional expense to the Owner. 3.02 PREPARATION A. Steel/Metal Substrates: Any pressure treated wood to contact steel or metal shall have the steel/metal coated with a heavy coating of asphalt primer. B. Roof Deck and Structure: 1. Substrates shall be dried and broomed and/or vacuumed clean of debris and foreign matter prior to installation of the new rough carpentry. 2. Contractor shall adjust substrates to receive rough carpentry to ensure completed rough carpentry installation is acceptable for roofing and sheet metal flashings. 3. Steel decking shall be coated with a uniform, heavy application of asphalt primer, or separated by membrane or other acceptable means to prevent contact between steel and treated wood products. 4. Treated lumber shall not make direct contact with light gage steel decking. 3.03 INSTALLATION IRC Admin Complex Roof Replacements 06 10 00-5 Rough Carpentry A. Remove existing damaged or deteriorated wood blocking, nailers, and curbs and replace with new material of same dimensions. B. Re -secure all existing wood nailers at roof edges that are to remain. Fastener type and spacing shall comply with this specification. C. Install new wood blocking, nailers, and curbs to achieve a minimum eight inch flashing height above the roof membrane. Wood nailers at perimeter roof edges and expansion joints shall be installed to match insulation height. Maintain constant nailer height at perimeter edges. D. Wood blocking and nailers shall be installed concurrently with roof system installation. Removal of insulation and/or folding back of roof membrane to install wood blocking and nailers at a later date is not acceptable. E. Set rough carpentry to required levels and lines, with members plumb, true to line, material cut to fit, and braced to hold work in proper position. Use a belt sander to remove any obtrusive surface irregularities. Drive nails and spikes home; and pull bolt nuts tight with heads and washers in close contact with the wood. F. Fit rough carpentry to other construction; scribe and cope for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. All joints between wood shall be installed for a smooth transition. G. Attachment: 1. Rough carpentry attachment shall meet the requirements herein and that of the RAS No. 111, whichever is more stringent. 2. The Contractor shall consult the fastener manufacturer's published literature and follow the recommended requirements for pre -drilling, cleaning, placement and compatibility of substrates. Follow manufacturer's requirements for fasteners spacing, substrate preparation and substrate embedment where not specified. 3. Securely attach rough carpentry work to substrate with fasteners. Anchor to resist a minimum force of 300 lbs/lineal foot in any direction. 4. Install bolts flush with the top surface of nailers where possible to avoid countersinking. Bolt bottom nailers then fasten upper nailers where possible. Countersink bolts, nuts and screws flush with wood surfaces only as detailed. 5. Install fasteners without splitting wood. Pre -drill where necessary. Split or damaged wood shall be removed, or repaired and/or re -secured to provide acceptable conditions. 6. For anchors, pre -drill concrete and masonry units to prevent damage or cracking of the masonry. Consult fastener manufacturer's published guides. Damaged masonry shall be repaired, and fasteners shall be removed and re -installed in an acceptable location. 7. Fastener spacing: Fasteners shall be staggered 1/3 the board width and installed within 3" of each end. a. Bolts, adhesive anchors, wedge and sleeve anchors, and machine bolts securing nailers shall be spaced 18 inches on center, staggered and an additional fastener within 3 inches of each end of nailer to prevent boards from twisting at board joints. b. Screws and 1/4 inch diameter anchors securing wood to concrete or masonry units shall be spaced 12 inches on center maximum, staggered, with fasteners installed within 3 inches of each end of nailer lengths to IRC Admin Complex Roof Replacements 06 10 00-6 Rough Carpentry prevent wood from twisting at board joints. C. Screws securing wood to wood shall be installed 12 inches apart, staggered, with two screws installed within 3 inches of each end of nailer lengths to prevent wood from twisting at board joints. d. Screws securing wood to steel decking shall be 12 inches apart. e. Self -drilling, and/or pre -drilled self -tapping screws securing wood to structural steel shall be spaced 12 inches apart, staggered, with one screw within 3 inches of each end of nailer lengths to prevent wood from twisting at board joints. f. Nails securing wood to wood shall be spaced 12 inches apart, staggered, with two nails installed within 3 inches of each end of nailer lengths to prevent wood from twisting at board joints. H. Select fasteners of size and length that will not be exposed from the building interior and/or from the ground, or remove protruding fasteners, paint or finish to eliminate exposure. I. Thickness of wood nailers shall be flush with adjacent insulation and other materials. Additional fasteners shall be installed to ensure nailers are flush. J. Unless otherwise detailed, plywood used as blocking or shim shall be installed below dimensional lumber such that the fastener head terminates at the dimensional lumber surface. K. Wood nailers at roof perimeters, expansion joints, roof area dividers, etc. shall not be less than 3 feet long. L. When multiple nailers are installed stacked two high or more, offset nailers no less than 12" such that joints at nailer end do not line-up vertically. M. Each end of nailers shall be fastened with additional fasteners to ensure a smooth transition at butted joints, and to prevent warping and/or twisting. N. Shims: 1. The Contractor shall add plywood and lumber shims as required for the specified height and thickness. 2. Shims shall make full contact with stacked rough carpentry. Partial shim contact, and small shim pieces spaced apart are not acceptable. 3. Plywood used as blocking or shim shall be installed below dimensional lumber such that the fastener head terminates at the dimensional lumber surface. 3.04 CLEAN-UP A. The Contractor shall ensure the site and building are cleaned to meet pre -construction conditions, as accepted by the Owner. B. The site and building shall be free of saw dust from pressure treated lumber, fasteners and other debris. C. Damages to the building, grounds, equipment and site shall be repaired or replaced by the Contractor to meet pre -construction conditions, as accepted by the Owner. END OF SECTION 0610 00 IRC Admin Complex Roof Replacements 06 1000-7 Rough Carpentry SECTION 07 0150 PREPARATION FOR REROOFING PART GENERAL 1.01 SECTION INCLUDES A. Preparatory work to be completed prior to roof installation including removal of existing roof assemblies down to the structural deck and fastener withdrawal test requirements. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Rough Carpentry Section 06 10 00 2. Roof Insulation Section 07 22 16 3. Metal Roof Panels Section 07 41 13 4. Sheet Metal Flashing and Trim Section 07 62 00 1.03 DEFINITIONS A. Removal: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain property of the Owner. B. Existing to remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and rein- stalled in their original locations. C. Material ownership: Except for items or materials indicated to be reused, salvaged, rein- stalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site. 1.04 EXISTING ROOF ASSEMBLIES* A. Sectors Al, A2, & B1 1. Spanish S Concrete Roof Tiles 2. Rubberized Asphalt Sheet Underlayment 3. Nailable Deck Bonded to 3 -inch Rigid Insulation Boards 4. Galvanized Steel 1 V2 -inch Deck over roof joists spaced at 5 feet O.C. B. Sectors A3 — A19 & B2 — B7 1. Spanish S Concrete Roof Tiles 2. Rubberized Asphalt Sheet Underlayment 3. Nailable Deck Bonded to 3 -inch Rigid Insulation Boards 4. Galvanized Steel 1 -inch Corrugated Form Deck over light gauge steel trusses spaced at 2 feet O.C. *Roof system composition is based on random sampling. Contractor is responsible for verification of roof system composition. IRC Admin Complex Roof Replacements 0701 50-1 Preparation for Reroofing 1.05 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures for Submittals. B. Manufacturer's Product Data Sheets for all materials specified certifying material com- plies with this specification. 1.06 QUALITY ASSURANCE A. Qualifications: Previous experience removing existing roof systems. B. Requirements: Contractor to comply with governing EPA regulations and haul- ing/disposal regulations of authorities having jurisdiction. 1.07 SCHEDULING A. Conduct demolition so that Owner's operations will not be disrupted. Provide 72 hours' notification to Owner of activities that will affect Owner's operations. 1.08 WARRANTIES A. Any damage to existing items under warranty shall be repaired/replaced with materials acceptable to the Warrantor. PART 2 PRODUCTS 2.01 ROOF DECK REPAIR MATERIALS A. Steel Deck 1. Refer to Specification Section 05 3123. B. Nailable Substrate 1. Refer to Specification Section 07 22 16 PART 3 EXECUTION 3.01 EXAMINATION A. Survey existing conditions to determine extent of demolition. B. Record the conditions of items to be removed/reinstalled and items to be re- moved/salvaged. C. Contractor shall not remove any element that may result in structural deficiency or col- lapse of any part of the structure or adjacent structures during demolition. D. Contractor to inspect substrate for moisture contamination, deterioration, or damage and replace deficient items. Contractor shall make a record of locations, amount of replaced material, and photographs depicting the before and after for each deficient area. Records shall be included with each pay application. Commencement of work signifies Contrac- tor's acceptance of site conditions. IRC Admin Complex Roof Replacements 0701 50-2 Preparation for Reroofing 3.02 UTILITIES/SERVICES A. Maintain existing utilities that are to remain in service and protect them against damage during selective site demolition unless authorized in writing by the Owner and authorities having jurisdiction. 1. Locate all conduits and equipment attached to the underside of the decking prior to reroofing. Insulation fastener locations are not to disturb existing conduits or interior components/equipment. 2. If utilities serving occupied portions of the site must be shut down, temporary services shall be provided. 3. Provide 72 hours' notice to Owner if shut down is required. 4. Where services are to be removed, relocated or abandoned, provide necessary bypass connections to remaining occupied buildings and areas. 3.03 PREPARATION A. Do not begin demolition until utilities have been disconnected/sealed and have been veri- fied as such in writing. B. Do not close off or obstruct streets, walks or other adjacent occupied facilities without permission from Owner and authorities having jurisdiction. C. Provide safe conditions for pedestrians. Erect temporary protection such as walkways, fences, railings and canopies as required by OSHA and other governing authorities. D. Provide protection for adjacent building, appurtenances and landscaping to remain. Erect temporary fencing around trees to remain. E. Provide temporary weather protection as required to prevent water leakage and damage to exterior or interior of adjacent structures. 3.04 POLLUTION CONTROLS A. Use water, mist, temporary enclosures and other suitable methods to limit the spread of dust and dirt. Comply with local EPA regulations. Do not use water where damage may occur or where hazardous conditions would be created such as ice or flooding. 3.05 REMOVALS A. Demolish and remove existing construction only to the extent required by new construc- tion. B. Remove all existing roof tiles, membrane, and sheet metal and discard. C. Remove or correct any obstruction which might interfere with the proper application of new materials. D. Lift existing sheet metal flashings to remain to remove all existing materials. After in- stallation of new materials, neatly bend flashing back into place. E. Remove debris from existing materials to provide clean, dry substrate. IRC Admin Complex Roof Replacements 07 01 50-3 Preparation for Reroofing F. Remove and transport debris in a manner that will prevent damage/spills to adjacent buildings and areas. G. Dispose of demolished items and materials on a daily basis. On-site storage of removed items is not permitted. H. Transport demolished materials off-site and dispose of materials in a legal manner. I. Perform progress inspections to detect hazards resulting from demolition activities. 3.06 FLASHING HEIGHTS A. Provide additional wood blocking to top of parapet walls and expansion joints to achieve minimum 8" flashing height. B. Extend all existing sanitary vents to height required by the applicable Plumbing Code, but no less than 8 inches and no more than 12 inches above the finished roof system. Refer to Soil Pipe Extension as indicated below. 3.07 COUNTERFLASHING PREPARATION A. Counterflashing to Remain: Neatly bend existing counterflashing up at walls as required to completely remove existing base flashings and to install new base flashings. After in- stallation of new base flashings, neatly bend counterflashing back in place using suffi- cient care to prevent deformation to the finished counterflashing. B. Receiver Flashing to Remain: Neatly bend existing receiver up at walls as required to completely remove existing base flashings and counterflashings and to install new base flashings and counterflashings. After installation of new base flashings and counterflash- ings, neatly bend counterflashing receiver back in place using sufficient care to prevent deformation to the finished counterflashing. 3.08 FASTENER WITHDRAWAL TESTS A. Conduct fastener pull tests in accordance with TAS 105 requirements. Perform a mini- mum of 4 tests for roof sections that have 1 'h -inch steel deck, and a minimum of 4 tests for roof sections that have 1 -inch corrugated steel form deck. Provide a report along with a roof plan showing test locations and corresponding withdrawal/failure value of each test. Minimum withdrawal/failure value shall meet requirements for wind uplift re- sistance. 3.09 CLEANING A. Inspect the site daily and clean up debris and hazards at the end of each day. Adjacent roads, drives and walkways shall remain in operation and free from construction materi- als debris. B. Clean adjacent structures of dust dirt and debris. Return adjacent areas to original condi- tions to the satisfaction of the Owner. END OF SECTION 07 0150 IRC Admin Complex Roof Replacements 0701 50-4 Preparation for Reroofing SECTION 07 22 16 ROOF INSULATION PART GENERAL 1.01 SECTION INCLUDES A. Flat insulation boards, cover boards and accessories for use in reroofing project. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Rough Carpentry Section 06 10 00 2. Preparation for Reroofing Section 07 01 50 3. Metal Roof Panels Section 07 41 13 4. Sheet Metal Flashing and Trim Section 07 62 00 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) 2. National Roofing Contractors Association — NRCA 3. FM Global 4. Underwriters Laboratories, Inc. — UL 5. ASHRAE Standard 90.1 1.04 DESCRIPTION A. R Value 1. The minimum continuous "R -value" for the insulation system shall match the existing conditions. a. Allowance #8: The minimum continuous "R -value" for the above deck insulation system shall be R-20 and in accordance with the current Energy Conservation Code. 2. R value to be based on Long -Term Thermal Resistance (LTTR) for polyisocyanurate insulation and manufacturer's published data for all other insulation components, as tested in accordance with ASTM C177, C236, C518 or C976. 1.05 SUBMITTALS A: Refer to Section 0133 00 -Submittal Procedures for requirements. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Latest edition of the Manufacturer's current material specifications and installation instructions. IRC Admin Complex Roof Replacements 07 22 16-1 Roof Insulation 1.06 QUALITY ASSURANCE A. Insulation to be installed in accordance with their respective manufacturer's requirements. B. Insulation(s) not bearing UL label at point of delivery shall be rejected. C. Insulation damaged or wetted before, during, or after installation shall be removed from the job site no later than the next working day from the day such damage or moisture contamination is noted. 1.07 DELIVERY, STORAGE, AND HANDLING A. Delivery: Material shall be delivered in the manufacturer's original sealed and labeled shrouds and in quantities to allow continuity application. B. Storage: Materials shall be stored out of direct exposure to the elements on pallets or dunnage at least 4 inches above ground level at site location acceptable to Owner. 1. Utilize tarps that will completely cover materials to prevent moisture contamination. Remove or slit factory shrouds and/or visqueen; do not use these materials as tarps. 2. Install vapor retarders under material storage areas located on the ground. 3. Remove damaged or deteriorated materials from the job site. C. Handling: Material shall be handled in such a manner to preclude damage and contamination with moisture or foreign matter. 1.08 PROJECT CONDITIONS A. Insulation shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application. B. Contractor will take necessary action to restrict dust, asphalt, and debris from entering the structure. C. No more roofing will be removed than can be replaced with insulation, membrane and base flashings in the same day to create a watertight installation. PART2 PRODUCTS 2.01 MATERIALS A. Insulation Boards: 1 Nail Base Substrate Roof Insulation: a. Shall be rigid poly isocyanurate roof insulation board with factory applied glass fiber reinforced cellulosic felt facer on bottom, and factory bonded 5/8 -inch Oriented Strand Board (OSB) on top. Boards to comply with ASTM C1289 Type V, and meet the following requirements: Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees IRC Admin Complex Roof Replacements 07 22 16-2 Roof Insulation F before shipment from the manufacturer. ii. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. iii. Maximum permissible insulation board size for mechanical attachment is 4' x 8'. b. Approved products are as follows: i. Atlas Roofing Corp. — ACFoam Nail Base ii. Hunter Panels, LLC -- H -Shield NB iii. Engineer's Accepted Equivalent 2. Polyisocyanurate Rigid Roof Insulation: a. Shall be rigid polyisocyanurate roof insulation board with factory applied glass fiber reinforced cellulosic felt facer on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 1, Grade [2] and meet the following requirements: i. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. ii. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. iii. Maximum permissible insulation board size for mechanical attachment is 4' x 8'. iv. Minimum board thickness shall be two (2) layers of 1.8 -inch. b. Approved products are as follows: i. Atlas Roofing Corp. — ACFoam II ii. Hunter Panels, LLC -- H -Shield iii. Engineer's Accepted Equivalent Tapered Insulation Boards: (Roof Slope Transition) a. Shall be rigid polyisocyanurate roof insulation board with factory applied glass fiber reinforced cellulosic felt facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 1, Grade [2] and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of .60 degrees F before shipment from the manufacturer. C. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. B. Insulation Attachment Materials: Steel Deck Mechanical Fasteners and Stress Plates: a. Shall be corrosion resistant screw type fasteners for use with steel decks; IRC Admin Complex Roof Replacements 07 22 16-3 Roof Insulation approved by the insulation manufacturer for use with their Nail Base boards, thickness and board size specified; fastener length as required by the fastener manufacturer for the insulation thickness specified, and to penetrate the deck a minimum of 1 inch. Approved products include: i. Hunter SIP SD Fastener ii. Atlas Nail Base Fastener HD iii. Engineer's Accepted Equivalent PART 3 EXECUTION 3.01 INSPECTION A. Contractor's superintendent shall inspect the nail base insulation each day of construction in which the base sheet is removed. The condition of the deck shall be documented in the contractor's daily logs. Photographs of the nail base insulation shall be taken to show all of the exposed areas, and if deterioration or damage is present, additional photographs shall be taken, as required, to document the degree of deterioration or damage. The Engineer shall be notified and provided with the contractor's notes and photographs on each day that deterioration or damage is observed. B. Contractor to inspect substrate for moisture contamination, deterioration, or damage, and replace as necessary. Contractor shall include in his daily reports, and pay applications, the amount replaced, locations, and photographs of before and after replacement. C. Commencement of work signifies Contractor's acceptance of substrate. Any defects in roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 3.02 PREPARATION A. General Substrate to be dry and broomed clean of debris and foreign matter prior to installation of replacement insulation boards. 3.03 APPLICATION A. General 1. Application shall be in accordance with the insulation/membrane manufacturer's instructions and these specifications. 2. All insulation to be in full sheets, carefully fitted and pushed against adjoining sheets to form tight joints. Gaps exceeding 1/4 inch will not be accepted. 3. Insulation boards that must be cut to fit shall be saw cut or knife -cut in a straight line, not broken. Chalk lines shall be used to cut insulation. Uneven or broken edges are not acceptable. 4. Remove insulation dust and debris that develops during insulation cutting operations. 5. Apply insulation boards with long dimension of units across deck ribs. Ends of insulation boards must be bearing on top flange of steel deck. 6. Provide necessary modifications to insulation system or nailers at roof edges as required to ensure a flush and smooth transition is provided. IRC Admin Complex Roof Replacements 07 22 16-4 Roof Insulation Field modifications of insulation, tapered insulation, and tapered edge strips shall be made by the Contractor where required to accommodate roof and flashing conditions, and prevent water dams. Provide necessary modifications to prevent standing water which is defined as 1/4" of water in a 4 square foot or larger area 24 hours or more after precipitation. B. Insulation Mechanical Attachment 1. Fastener quantity and spacing shall be as indicated by the roof manufacturer's specifications. 2. Fasteners shall be installed using manufacturer's recommended equipment and in accordance with the manufacturer's specifications. 3. Fasteners shall be set secure and tight against the nail base substrate surface, and shall not be over -driven. 4. Fasteners shall only engage the top flange of the steel deck. END OF SECTION 07 22 16 IRC Admin Complex Roof Replacements 07 22 16-5 Roof Insulation PART GENERAL 1.03 A. SECTION 07 41 13 METAL ROOF PANELS SECTION INCLUDES Work shall include all labor, material, tools, equipment and services for the completion of standing seam metal roof system. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Preparation for Reroofing Section 07 01 50 2. Rough Carpentry Section 06 10 00 3. Roof Insulation Section 07 22 16 4. Sheet Metal Flashing and Trim Section 07 62 00 REFERENCES Refer to the following references for specification compliance: 1. FL Building Code 2. ASCE 7 Minimum Design Loads for Buildings and Other Structures 3. ASTM International: a. ASTM E 1592: "Standard Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference". b. ASTM E 1680: "Standard Test Method for Rate of Air Leakage Through Exterior Metal Roof Panel Systems. C. ASTM E 1646: "Standard Test Method for Water Penetration Through Exterior Metal Roof Panel Systems. d. ASTM A 792-AZ50 (Painted) & ASTM A792-83-AZ55 (unpainted Galvalume): "Specifications for Steel Sheet, Aluminum -Zinc Alloy Coated by the Hot Dip Process, General Requirements (Galvalume)". e. ASTM E 1514-03: "Standard Specification for Structural Standing Seam Steel Roof Panel Systems". f. ASTM E 408: Standard Test Method for Total Normal Remittance of Surfaces Using Inspection Meter Techniques. g. ASTM E 903 Standard Test Method for Solar Absorptions, Using Integrating Spheres. 4. FM Global: a. FM 4471 "Test Requirements for Class 1 Panel Roofs", Factory Mutual Research Corporation. b. FM Data Sheet 1-31 "Metal Roof Systems". Underwriters Laboratory: a. UL580: "Tests for Uplift Resistance of Roof Assembles", Underwriters IRC Admin Complex Roof Replacements 0741 13-1 Metal Roof Panels Laboratories, Inc. b. UL2218: Class 4 Impact Resistance Rating 6. SMACNA: "Architectural Sheet Metal Manual", Sheet Metal and Air Conditioning Contractors National Association, Inc. 7. AISC: "Steel Construction Manual", American Institute of Steel Construction: 8. National Roofing Contractors Association, NRCA "Roofing and Waterproofing Manual," current edition. 1.04 DEFINITIONS A. Metal Roofing Panel System: The metal roofing panel system components shall consist of the roofing panels, fascia, clips, fasteners, trim, flashings and associated accessories which when assembled result in a watertight, wind resistant assembly meeting all of the requirements specified herein, including the requirements to meet the specified Manufacturer's Guarantee. 1.05 PERFORMANCE REQUIREMENTS A. General: Provide metal roof panel assemblies that comply with performance requirements specified as determined by testing manufacturers' standard assemblies similar to those indicated for this Project, by a qualified testing and inspecting agency. B. The Contractor shall submit Manufacturer's sealed engineering calculations, test reports and/or other applicable data certifying the proposed standing seam roofing system meets or exceeds the design criteria listed below. 1. Water Penetration: Shall meet or exceed ASTM E 1646 when tested with a 6.24 psf pressure differential with no uncontrollable water leakage when five gallons per hour of water is sprayed per square foot of roof area. 2. Wind Design: a. Provide roof system which has been tested by an approved testing agency to meet or exceed the ultimate uplift pressures listed on the contract drawings. b. Standing seam roofing Manufacturer shall submit test reports meeting ASTM E 1592 for negative loading for the proposed panel width and gage, and clip spacing in each area (zone) of the roof. Determine panel bending and clip -to -panel strength by testing in accordance with ASTM E 1592 procedures. Capacity for gauge, span or loading other than those tested shall be determined by interpolating between submitted test values only. C. Standing seam roofing Manufacturer shall submit data/calculations for clip attachment to deck substrate or retrofit framing. Clip attachment shall be designed to withstand loads induced by wind uplift lift pressures. 3. Thermal Movements: Provide metal roof panel assemblies that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. IRC Admin Complex Roof Replacements 0741 13-2 Metal Roof Panels a. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 4. Fire Testing: Shall meet ASTM E 108 and Class lA-UL 90 1.06 SUBMITTALS A. Refer to Section 0133 00 for Submittals. B. Manufacturer's Florida Product Approved roof system with wind uplift and design criteria sealed by a Florida Licensed Engineer. C. Latest edition of the Manufacturer's current material specifications and installation instructions. D. Manufacturer's Product Data Sheets for all materials specified. E. Shop drawings: 1. The Contractor shall submit complete shop drawings and erection details, approved by the Standing Seam Metal Roofing Manufacturer, and sealed by a structural engineer licensed in Florida. The Contractor shall not proceed with work until Manufacturer Approved drawings have been submitted for review and acceptance. 2. The shop drawings shall show methods of erection, framing details, roof and wall panel layout, sections and details, anticipated loads, clip spacing for each wind area or zone of the roofs, flashings, sealants, interfaces with all materials not supplied and proposed identification of component parts and their finishes. F. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for the following: 1. Metal Roof Panels: Include reports for air infiltration, water penetration, thermal performance and structural performance. As detailed by all ASTM Standard Test Methods, indicated under the appropriate titles made part of this specification. G. Contractor shall provide manufacturer's calculations demonstrating compliance with the performance requirements of this specification and all applicable Codes. Calculations shall be signed and sealed by an Engineer licensed in Florida. Engineer shall be employed (full time) by manufacturer of the standing seam metal roof system. 1. Contractor shall provide manufacturer's calculations demonstrating holding strength of fasteners, to existing structure, in accordance with submitted test data, provided by fastener manufacturer, based on length of embedment and properties of materials. H. Samples: 1. Submit sample of panel section, at least 6" x 6" showing seam profile and also a sample of color selected. 2. Submit sample of panel clip, gable clip, seam cap with sealant, and preformed metal and foam closures. I. Testing: Contractor shall submit all testing reports for ASTM E 1592-01, ASTM E 1646, IRC Admin Complex Roof Replacements 0741 13-3 Metal Roof Panels ASTM E 1680 to meet the test results shown in this specification document. Contractor shall submit the appropriate documentation to prove Florida State Building Code design compliance. All test reports for ASTM E 108, ASTM D 5894, ASTM D 968, ASTM G23 and G153. J. Manufacturer's Qualifications: Requirements for certification noted in Manufacturer's Qualifications under Quality Assurance and AISC standards. 1.07 QUALITY REQUIREMENTS A. Source Limitations: Obtain each type of metal panel through once source from a single manufacturer. B. Manufacturer's Qualifications: The roof system manufacturer shall meet and provide written certification stating: 1. The manufacturer has been regularly engaged in the fabrication of metal standing seam roof systems for at least ten (10) years, regardless of name change. A brief list of similar projects shall be submitted with the shop drawings. 2. The manufacturer maintains a certified installer program for its products and maintains up-to-date authorized roofing contractor list. 3. The manufacturer has a written warranty covering durability, color and weathertightness of its roof system and shall include the insulation curbs and flashings from the roofing manufacturer. Sample warranties shall be provided with the bid proposal. 4. Manufacturer has reviewed the Project's environmental exposure for proximity to coastal environments, has provided the interpretation that the proximity to the salt and/or brackish water environments is acceptable, and will not make exclusions to the specified Guarantee based solely on the proximity to these exposures. 5. Manufacturer agrees to provide the technical data, shop drawings and calculations specified herein. 6. Manufacturer must be able to provide in-house inspection services. 7. Manufacturer has an installer training program including the following: a. Experienced instructors with experience in the application of the Metal Roofing System. b. A formal syllabus for the classroom and hands-on training. C. Classroom instruction with review and thorough understanding of the specific product's technical manual. d. Hands-on mock-up instruction with a review and thorough understanding of the specific product's details. e. Written and/or oral examinations that must be taken to pass certification. f. Requirement for re -certification of training at a minimum of every five (5) years. 8. Manufacturer has certified the Contractor's personnel, and has approved the Installer for the specified Metal Roofing System for the specified Guarantee. 9. Manufacturer's Inspection: The manufacturer's on-site technical representative shall be employed by the manufacturer as a Technical Representative. The manufacturer shall provide a minimum of one (1) on-site visit per month; attend the project start-up meeting, on-site for first two (2) start-up days, including observation of seaming of the first three (3) metal roof panels, and at pre -final or final inspection of the metal roofing system installation. Engineer is to be IRC Admin Complex Roof Replacements 0741 13-4 Metal Roof Panels notified a minimum of forty-eight (48) hours prior to all manufacturer's inspections. Inspection report noting deficiencies shall be copied to Engineer within seven (7) days after each site visit. 10. Upon completion of the work and prior to final payment, the manufacturer shall conduct a final inspection in presence of the Contractor and Engineer. Deficiencies in the work shall be recorded and immediately corrected. Final payment will not be certified until the manufacturer has given his certification/approval of the work and the required Guarantee has been reviewed by the Engineer. C. Contractor's Qualifications: 1. Contractor is an approved installer, certified by the Manufacturer before the beginning of the installation of the standing seam metal roof system. 2. The Contractor's on-site Foreman (provide name and date of training) is the person having received certification and training by the Manufacturer, and has received specific training in the proper installation of the selected standing seam metal roof system. 3. The Manufacturer trained and certified Foreman will be present at all times to supervise work whenever standing seam roofing and associated materials are to be installed. 4. Contractor has no viable claims pending regarding negligent acts or defective workmanship on previously performed or current roofing projects involving the specified standing seam metal roofing system. 5. The Contractor shall provide a list of five projects listing the architect/engineers and/or building owners including individuals' names and telephone numbers for five standing seam metal roofing projects that have been in service for a minimum of two years. 6. The Contractor shall ensure the manufacturer provides the specified on-site technical visits, and agrees to compensate the manufacturer as necessary for any additional on-site visits required or deemed necessary by the Engineer to resolve deficiencies in the Contractor's workmanship. 1.08 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery: 1. Contractor shall coordinate delivery with Engineer/Owner and occupants on site. 2. Material shall be delivered in the manufacturer's original sealed and labeled shrouds and in quantities to allow continuity application. 3. Contractor shall ensure metal roof system is delivered to the job site properly packaged to provide protection against transportation damage. 4. The Contractor shall be responsible for inspecting materials delivered to the project site. Materials damaged during shipping shall be rejected by the Contractor, and shall not be installed on the project. B. Handling: 1. Contractor shall exercise extreme care in unloading, storing and erecting metal roof system to prevent bending, warping, twisting and surface damage. 2. The Contractor shall handle materials to prevent scratches, dents, bending, twisting, warping and other damages. 3. Significantly scratched materials, and materials scratched through to the base steel shall be removed from the project and replaced. IRC Admin Complex Roof Replacements 0741 13-5 Metal Roof Panels 4. Dented, bent or damaged materials resulting in improper fit and detraction from intended aesthetics shall be removed from the project and replaced. C. Storage: 1. Materials shall be stored out of direct exposure to the elements or pallets or dunnage at least 4 inches above ground level. Non -sweating tarpaulins will be placed to prevent moisture contamination. Factory shrouds and visqueen are not acceptable. 2. Prevent rain from entering bundle by covering with tarpaulin, making provision for air circulation between draped edges of tarpaulin and the ground. Prolonged Storage of sheets in a bundle is not recommended. 3. If conditions do not permit immediate erection, extra care should be taken to protect materials from staining, dirt, dust or water marks. Stained materials shall be cleaned before installation, or replaced. 4. The Contractor shall comply with all fire prevention requirements for the storage of materials. Combustible storage shall be located sufficiently away from buildings and non -building structures to eliminate fire exposures. The Contractor shall protect storage of combustible insulation materials from open flame and fire exposures. The Contractor shall control all project related ignition sources. 1.09 JOB CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal roof panels to be performed according to manufacturers' written instructions and warranty requirements. B. Field Measurements: Verify locations of roof framing and roof opening dimensions by field measurements before metal roof panel fabrication and indicate measurements on Shop Drawings. Established Dimensions: Where field measurements cannot be made without delaying the Work, either establish framing and opening dimensions and proceed with fabricating metal roof panels without field measurements, or allow for field - trimming of panels. Coordinate roof construction to ensure that actual building dimensions, locations of structural members, and openings correspond to established dimensions. 1.10 WARRANTY A. Contractor shall ensure Manufacturer's Warranty is provided to the Owner upon completion of the project. The Contractor shall ensure the warranty includes all conditions specified herein. 1. Weathertight Warranty: Submit a written warranty executed by Manufacturer agreeing to repair or replace metal roof panel assembly that fails to remain weathertight within the specified warranty period. a. Warranty Period: 20 years from date of Final Completion. b. Prorated Conditions: None. C. Limitations of liability: No Dollar Limit (NDL) d. Include weather tight performance of curbs, equipment supports, pipe portals and provided as part of this work. e. The Manufacturer's warranty shall not include "hold harmless" clause, IRC Admin Complex Roof Replacements 0741 13-6 Metal Roof Panels nor limit liability of Contractor. 2. Finish Warranty: Provide manufacturer's written panel finish warranty against deterioration of factory applied finishes. a. Warranty Period: Minimum period of thirty (30) years from date of Final Completion. b. Prorated Conditions: None. C. Limitations of liability: Not less than value of material and labor to replace. d. Include weather tight performance of curbs, equipment supports, pipe portals and provided as part of this work. e. The Manufacturer's warranty shall not include "hold harmless" clause, nor limit liability of Contractor. PART2 PRODUCTS 2.01 IA MANUFACTURER Manufacturer: Provide standing seam metal roof system meeting the requirements specified herein as manufacturer by: 1. IMETCO - Series 300 2. McElroy - 238T 3. Engineer's accepted equivalent 2.02 MATERIALS A. Standing Seam Roofing Panels: 1. Factory formed only by the specified Manufacturer, no job formed panels shall be allowed. 2. 16 -inch nominal width, striated panel, with minimum 2 3/8 -inch high symmetrical standing seam rib, furnished in continuous lengths from ridge to eave where applicable, utilizing a seam cap with factory -applied hot -melt sealant to be seamed with a mechanical seamer. 3. Standing seam shall be formed with the Manufacturer's electric seaming tool. 4. AZ55 Galvalume coated steel, meeting ASTM A792-83-AZ55, minimum 24 ga., maximum 22 ga. where required for specified wind uplift resistance. 5. Stiffening ribs located in flat of panel to minimize oil canning and telegraphing of structural members. 6. Panel ends shall be folded up 90 degrees at ridge, headwall, and hip conditions, where applicable. No metal shall be cut or otherwise perforated at the folded end. 7. Clip/Fastener Assembly: a. Standard Clip: i. Fasteners: Manufacturer's standard #12 - 14 x 4 -inch long self - drilling, self -tapping screws for metal; noncorrosive base material. ii. 16 -gauge, once piece, galvanized steel clip with provision for unlimited thermal movement along the longitudinal dimension. iii. Must maintain a clearance of a minimum of 3/8 -inch between panel and substrate for proper ventilation and clearance. IRC Admin Complex Roof Replacements 0741 13-7 Metal Roof Panels iv. All clips shall be installed on minimum 16 -gauge bearing plates if required by the manufacturer. Seam Cap: a. Minimum 1 -inch wide, factory formed, snap -on, "T" shaped cap of continuous length, with factory hot -applied adhesive, and field seamed by means of manufacturer's seaming machine. Metal Finish: 1. Manufacturer's smooth finish, pre -finished color coatings consisting of full strength 70% Kynar 500 fluorocarbon (Polyvinylidene Fluoride PVF2) coating over a urethane primer on the finish side, with primer and a wash coat on the reverse. All measurements per NCCA Technical Bulletin II -4 or ASTM D1005. 2. Color of finish for panels all associated trim to be selected by Owner from Manufacturer's standard color chart. 3. Panel Finish shall meet or exceed the following: a. Abrasion Resistance: Shall pass 67 liters of falling sand per mil thickness per ASTM D968. b. Salt Spray Resistance: Samples diagonally scored and subjected to 5% at 95 degrees F, neutral salt spray per ASTM B 117, then taped with Scotch #610 cellophane tape: 1000 hours coated steel, no blistering and no loss of adhesion greater than 1/8 from score line. C. Chemical Resistance: No effect after 24 hour exposure of a 10% solution of hydrochloric acid, and 18 -hour exposure to 20% sulfuric acid, per ASTM D1308, including exposure to 10% muriatic acid and nitric acid fumes. d. Humidity Resistance: No blistering, cracking, peeling, loss of gloss or softening of the finish after 3000 hours aluminum 1000 hours coated steel, of exposure at 100% humidity at 95 degrees F, per Federal Test Method Standard 141, Method 6201 or ASTM D2247. e. Chalking Resistance: No chalking greater than #8 rating, per ASTM D659 test procedure after a 3000 -hour weatherometer test. f. Color Change: Finish coat color change shall not exceed 5 NBS units per ASTM D-822, ASTM G-23, and ASTM D2244 (South Florida 10 -years) test procedure after 3000 -hour weatherometer test. g. Specular Gloss: As determined per ASTM D523 at a glossmeter angle of 60 degrees. 35 percent +/-5 specular reflectance. Fasteners: All fasteners associated with the roofing installation shall be supplied by, and/or approved by, the specified metal roofing manufacturer. a. Fastener length and threads and drill point shall be as required for the metal and other substrates being joined. Refer to fastener manufacturer and/or roofing manufacturer published literature. b. All self-tapping/self-drilling fasteners, bolts, nuts, self-locking rivets and other suitable fasteners shall be corrosion resistant, designed to withstand specified design loads. C. Contractor shall ensure fasteners have factory applied coating on the exposed fastener head and washer -to match metal roof system color. IRC Admin Complex Roof Replacements 0741 13-8 Metal Roof Panels d. All exposed fasteners shall be provided with neoprene -backed washers. e. The Contractor shall position and space all exposed fasteners in a true vertical and horizontal alignment. Use proper torque settings to obtain controlled uniform compression for a positive seal without rupturing the neoprene washer. D. Prefabricated Roof Jacks: Acceptable Manufacturers: a. SFS - Intech b. ITW Buildex C. Approved/Recommended by Standing Seam Roofing Manufacturer, compatible with standing seam metal roofing system, and accepted by Engineer to meet specified requirements herein. 2. Pipe flashings shall be a one-piece EPDM molded rubber boot having a serviceable temperature range of -65°F to 212°F for standard penetrations, and silicone molded rubber boot having a serviceable temperature range of -100°F to 437°F for high temperature applications 3. Pipe flashings shall be resistant to ozone and ultraviolet rays. E. Underlayment Materials: Self -Adhering Underlayment: 40 -mil minimum thickness sheet; slip -resistant surfacing, polyethylene -film -reinforced top surface laminated to SBS -modified asphalt adhesive, with release paper backing; suitable for high temperature applications up to 300 degrees. Acceptable products include: a. Imetco Aqua Block -50 b. Mid -States Asphalt Quik -Stick HT C. Grace Ice and Water Shield HT d. Approved/Recommended by Standing Seam Roofing Manufacturer, compatible with standing seam metal roofing system, and accepted by Engineer to meet specified requirements herein. F. Accessories: All accessories shall be manufactured, supplied and/or otherwise approved by the standing seam roofing Manufacturer. a. Contractor shall provide all components required per the metal roof system manufacturer's approved shop drawings for a complete metal roof system to include roof panels, panel clips, trim/flashing, fascias, ridge, closures, sealants, seals and any other required items. b. Contractor shall provide all metal closures and trim fabricated from the specified pre -finished metal of the same gauge, finish and color as the roof panels. Refer to Section 07 62 00 -Sheet Metal Flashing and Trim for specific requirements. C. Tape seal shall be a pressure sensitive, 100 percent solids, polyisobutylene compound sealing tape with a release paper backing. Provide permanently elastic, non -sagging, non-toxic, non -staining tape seal approved by the metal roof system manufacturer. d. All joint sealant is to be a one -part elastomeric polyurethane sealant IRC Admin Complex Roof Replacements 0741 13-9 Metal Roof Panels 2.03 approved by the metal roof system manufacturer. FABRICATION A. Roof panels and all associated metal roofing components shall be fabricated by, or provided by, a single -source manufacturer to fit together as a completed roofing assembly meeting the requirements specified herein. B. Shop and field fabricated trim components shall meet the roofing Manufacturers requirements for watertight fit. C. Roof panels shall be factory formed by the specified Manufacturer, not job formed or formed on portable equipment in the Contractor's shop. Material shall be in-line leveled prior to roll forming panel profile. Roofing panels specified in this section shall be factory roll formed with fixed - base roll forming equipment and in line leveling, assuring the highest level of quality control. D. Roof panels shall be roll formed in continuous lengths, full length of detailed runs. Roof panels shall not have laps with fasteners between ridge and eave with no panel end laps. E. Fabricate trim, sheet metal flashing and accessories to fit secure and watertight at transitions and details. Improper fit will be rejected and require replacement. F. Fabricate roof trim and sheet metal flashing from same specified finish same as roof panel. G. Panels and components that result in completed installation being loose, bent or warped shall be replaced and re -fabricated for proper fit. H. Surface -applied sealants shall not be accepted to complete poorly fabricated and poorly fitting components. Where components do not fit tight with overlapping metal joints and seams, materials shall be removed and re -installed properly for overlapping, tight and secure fit. PART 3 EXECUTION 3.01 INSPECTION A. General Inspection: 1. Contractor shall inspect all substrates and Work to verify the conditions are acceptable and complete such that metal roofing and associated Work may begin. 2. Pre-existing unsatisfactory, wet or deteriorated roof substrates shall be replaced by the Contractor based on Allowance Quantities and Unit Price. Substrates damaged or altered by the Contractor during the Work shall be repaired, corrected or replaced by the Contractor at no cost to the Owner to meet all requirements specified herein. 3. Contractor shall inspect all new metal roof panels and all other components before installation. Materials with scratches through the finish shall be repaired or replaced. Damaged and dented materials, and materials scratched through to the steel base material shall be removed from the project, not to be installed. 4. Contractor shall verify that installation will be in accordance with approved shop IRC Admin Complex Roof Replacements 0741 13-10 Metal Roof Panels 3.02 drawings and manufacturer's instructions before beginning work. This specifically includes verifying that secondary structural members and/or decking is satisfactory to install metal roofing system. 5. Contractor shall coordinate with metal roof system manufacturer to ensure that reduced clip spacing at eave, rake, ridge and corner areas are accommodated by framing spacing and/or substrate. 6. Contractor shall inspect substrates and notify Engineer in writing of any deficiencies observed effecting the installation, and effecting the completed roofing system and associated components. 7. The Contractor shall inspect conditions at the walls. Rotten plywood and wood framing shall be replaced per Allowance Quantity and Unit Price. All loose plywood and wood framing shall be re -fastened by the Contractor, included in Base Bid. 8. The Contractor shall inspect conditions at each pipe, conduit, fan, stack and curb to determine conditions and work requirements necessary to disconnect services, remove equipment, re -install equipment and install all structural supports necessary to support the equipment and new curbs. The Contractor shall provide all electrical, plumbing, mechanical and all other services necessary to relocate any and all rooftop equipment and roof penetrations. 9. Commencement of work signifies Contractor's acceptance of substrates. Any defects in roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 10. The Contractor shall reject and replace all materials that have been damaged during shipping, storage or handling. 11. The Contractor shall inspect storage conditions daily to ensure materials remain protected from damage, condensation, dew, rain or other contamination. PREPARATION A. Roof Substrate: 1. The roof substrate shall be dried and broomed and/or vacuumed clean of all loose gravel, stone, dirt, dust, debris and foreign matter prior to installation of the new roofing system. Blowers shall not be used unless pre -approved by the Engineer/Owner and building Occupants. 2. All free water and wet or damp debris shall be completely removed from deck substrate surface before installing new roofing system. 3. Remove and replace any moisture contaminated, deteriorated, or damaged substrate. Inspect the condition of the steel deck in these deficient locations, and repair as necessary. Refer to Section 05 3123 for repair specifications. 4. The wall substrates shall be in satisfactory condition before commencement of the Work. B. Protection: 1. The Contractor shall protect the building and materials from exposure to weather related damages. 2. Protect building walls and other surfaces with canvas or suitable tarp wherever equipment or materials are taken up to or down from roof. 3. Protect building interiors using suitable methods required to prevent damage from roofing activities. 4. The Contractor shall be responsible for completely drying -in the building each day to ensure the building remains watertight. All necessary measures shall be taken to protect the building from weather related exposures during the project. IRC Admin Complex Roof Replacements 0741 13-11 Metal Roof Panels 3.03 5. Seal all deck openings to prevent dust and debris from entering the building. 6. Protect building grounds, landscaping and exterior components and fixtures from damaged during construction activities. Damages shall be repaired/replaced to meet pre -construction conditions. C. Coordination Contractor shall be responsible for the following Coordination activities: a. Coordinate all work and associated work activities with the Engineer/Owner. b. Coordinate raising or relocating vent pipe/soil stack pipes with the Engineer/Owner. C. Coordinate all interior access and interior work with Engineer/Owner in advance. The Contractor shall not proceed with interior work unless pre - approved by the Owner and occupants. D. Roof Loading, Staging and Storage: 1. Evenly distribute loads of materials on roofs. Do not pre -load roofs with concentrated loads of materials that exceed the roof deck and structure's load bearing capacity. 2. The Contractor shall secure all materials and equipment stored on the roof to prevent items from sliding or falling off of the roof. 3. Secure materials and equipment on the roof to prevent materials from being displaced by wind. APPLICATION A. General: 1. The installation of sheet metal components shall allow for thermal movement, expansion and contraction. Lengths of metal, fastening type and rate, metal joints, and connections shall be installed to meet sheet metal industry recognized standards and published standards including those referenced herein. Refer to standards in References sections. 2. The various sheet metal sections shall be uniform with corners, joints, and angles mitered, sealed and secured for tight fit. 3. Sheet metal counterflashing corners shall be overlapped, riveted and sealed watertight. 4. All exposed metal edges shall be returned (hemmed) for strength and appearance. Sheet metal shall be fitted closely, uniformly and neatly. 5. Sheet metal counterflashings, expansion joints and other applicable components shall have sheet metal end closures fabricated to terminate each end of the detail. The end closures shall conceal the adjacent substrates for watertight closures. The end closures shall conform the adjacent conditions and provide for a minimum 4 -inch overlap. 6. The Contractor shall provide all necessary cleats or stiffeners and other reinforcements as required to make all sections rigid and substantial. 7. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, "oil canning" and buckling. The Contractor shall be responsible for adjusting substrates, nailers, framing, etc. to ensure finished sheet metal is installed smooth. 8. Sheet metal shall be installed to prevent moisture from entering beyond the IRC Admin Complex Roof Replacements 0741 13-12 Metal Roof Panels detail. 9. All sheet metal transition details shall be provided with watertight redundancy including, but not limited to self -adhering underlayment membrane, concealed sealants, and metal joint back-up plates. This secondary protection shall be installed, sealed, lapped, etc. to ensure if the sheet metal detail fails to shed water, a redundant layer of protection will be in place to shed limited moisture infiltration. 10. Dissimilar metals or other materials shall not make contact. Where dissimilar material is found in-place, galvanic corrosion between existing material and new metal shall be prevented by a separation barrier approved by Manufacturer and Engineer. 11. Galvalume, galvanized and aluminum materials shall not be in contact with treated wood products. A physical separation, including PVC underlayment membrane or self -adhering underlayment membrane shall be installed to prevent contact. 12. Relocate plumbing vent pipes and vents to center of new metal roof panels. B. Underlayment: 1. Starting at the low point of the roof, apply self -adhering SBS -modified asphalt underlayment in a shingle fashion with minimum 6 -inch end laps and 4 -inch side laps. Stagger end laps a minimum of 36 -inches. Apply roof cement as required to penetrations and terminations to ensure a watertight condition. C. Night Seals/Daily Tie-ins: 1. At end of day's work, or when precipitation is imminent, a water cut-off shall be built at all open edges and penetrations. These tie-ins shall be constructed to withstand extended periods of service, anticipated storms, precipitation and high winds. 2. The Contractor shall be responsible for taking all necessary precautions during construction to prevent weather related exposures to the building and materials, roof leaks and other weather related damages resulting from the work included in the project. 3. Building insulation, ceilings, plywood, decking, fixtures, etc. that is wet and damaged during Construction shall be replaced by the Contractor. 4. Damages resulting from water that enters under the new metal roofing and components, and water that enters the building in the work areas during construction, shall be the responsibility of the Contractor. D. Field -Cutting Pre -Finished Metal: 1. The Contractor shall prohibit the use of abrasive/grinding blades, circular saws and reciprocating saws. Any cutting operation that grinds, rips and tears the metal shall be prohibited. 2. Approved cutting tools for Galvalume and pre -finished steel include aviation snips, sheet metal hand shears, electric metal shears and electric nibblers. 3. Galvalume and Pre -finished metal cut using un -approved methods shall be rejected, removed and replaced by the Contractor. E. Standing Seam Roof Panels: General application shall be in accordance with the Manufacturers published installation instructions. IRC Admin Complex Roof Replacements 0741 13-13 Metal Roof Panels 2. Install roofing system and components with tools recommended by the roofing manufacturer. 3. Install panels plumb, level and straight with seams and ribs parallel, conforming to design and manufacturer's published instructions as indicated. 4. Roofing panels shall be continuous, with no joints or seams, except where specified. 5. Install metal roof system so that it is weathertight, without waves, warps, buckles, fastening stresses or distortion, allowing for expansion and contraction. 6. Provide concealed fastener/clips at all panel attachment locations. 7. Exposed fasteners in trim components shall have pre -painted head and washer with EPDM-backed gasket for watertight seal. Fasteners shall be of size and type for metal thickness and substrate material. The Contractor shall follow the fastener manufacturer's published requirements for fastener application and installation instructions. 8. The roof clips shall be installed to allow the completed roofing assembly to accommodate anticipated specified thermal movement. F. Roof Panel Seams: 1. Roofing panel seams shall be seamed with the specified Manufacturer's electric seaming tool. 2. The Contractor shall ensure the roof panel is seamed per the Manufacturer's published instructions. 3. The Contractor shall ensure seam has factory -applied sealant in place prior to seaming. 4. The seaming tool shall be calibrated and serviced by the roofing manufacturer or other approved seaming tool manufacturer/service center. The electric seaming equipment shall be calibrated and adjusted for the metal gage, type and finish. The seaming tool shall not have been in use since last calibration and service. 5. The seam shall be true, straight and aligned to produce the desired seam without bending, warping or scratching through the panel finish. 6. Improper roof panel seaming shall result in rejection of the panel installation and result in panel removal and replacement by the Contractor. G. Squareness: 1. Aesthetics of completed roofing is of utmost importance. 2. Panels, framing, components and trim shall be aligned true, straight and square. 3. Installation and sequence shall ensure completed installation is square for proper fit of components. 4. Installation tolerance for squareness shall not exceed 1:500 (1.92 inch per 100 ft). 5. Contractor shall maintain modularity and alignment of roof panels to prevent roof panel "stair -stepping" or "fanning". 6. The Contractor shall utilize the Manufacturer's "spacer tools", "module makers" and/or measuring tape to maintain consistent roof panel coverage. 7. The Contractor shall check for squareness after installing no more than every five (5) panels to ensure the panels are laying -up square and remain true. 8. Completed installation of roofing and associated components shall fit watertight, accommodate concealed sealants where specified, and allow for specified thermal movement. 9. Abrupt and sharp transitions in the substrate shall be corrected by the Contractor to prevent crimping, bending or poor fitting sheet metal components that may result in oil canning. 10. Completed roofing, flashing and sheet metal components that do not meet the IRC Admin Complex Roof Replacements 0741 13-14 Metal Roof Panels specified tolerances shall be rejected, and corrections shall be made by the Contractor. H. Roof Components, details and trim: 1. Roof eaves, hips, expansion joints, counterflashings and sheet metal trim and closure materials and components shall be fabricated and supplied by the standing seam roofing Manufacturer, unless otherwise specified. 2. Roof details and flashings shall be pre -approved by the Manufacturer for inclusion in specified warranty. 3. Installation shall be in accordance with Manufacturer's shop drawings, details and published requirements. 4. Details shall be installed with redundancy, including secondary metal flashing, concealed sealant and self -adhering underlayment beneath all details. 5. Refer to Section 07 62 00 -Sheet Metal Flashing and Trim for specific requirements. L Fasteners: 1. All fasteners shall be installed as specified, detailed and as published and designed by the fastener manufacturer for the materials being joined. 2. The Contractor shall consult and follow the fastener manufacturer's published literature for proper preparation and installation. 3. Fastener shall be properly seated, not over -driven or under -driven. Fastener installation techniques shall not bend, dent or warp sheet metal. 4. Pre -drill substrates where required to properly install fasteners. 5. Fasteners shall not be installed into exposed exterior horizontal surfaces of sheet metal and roofing unless where specifically required and approved by the Manufacturer. 6. Improperly driven/installed fasteners shall be removed and replaced with properly sized fastener for each application. Rivets: #44 stainless steel rivets with stainless steel mandrel. Length of rivet to properly fasten particular sheet metal components. Rivets shall be factory painted to match adjacent sheet metal. K. Sealants 1. Sheet metal joints, and junctures between sheet metal and adjacent substrates, shall be sealed with specified, compatible sealants. 2. Sheet metal and adjacent substrates shall be cleaned free of dust, debris and incompatible coatings. 3. Sheet metal and adjacent substrates shall be primed and prepared to meet sealant manufacturers' published literature and recommendations. 4. Sheet metal joints shall be inspected by the Contractor before sealant application. Joints shall be fastened and/or tightly fitted to prevent sealed joints from buckling or opening. 5. Environmental conditions shall be dry, and precipitation shall not be anticipated, during or no less than 24 hours after, sealant application. Follow sealant manufacturers' published literature regarding environmental conditions. 6. Sealant shall be applied and tooled as indicated and recommended in sealant manufacturers' published literature. L. Pre -Fabricated Roof Jacks (pipe boots): IRC Admin Complex Roof Replacements 0741 13-15 Metal Roof Panels 1. The Contractor shall move/relocate and re -secure all pipe penetrations that touch roof panel standing seams to ensure the pipe and new roof jack are installed in the flat of the panel pan. The new roof jacks shall not touch the roof panel vertical standing seams. 2. Refer to referenced standards and applicable State Plumbing Code. 3. The pipes and other equipment shall be re -installed to ensure the vent pipes, etc. are fully operational to pre -construction function. 4. Vent pipes shall be sealed air tight at all new joints and connections. 5. The flange on the new roof jack shall not come in contact with the roof panel vertical seam. 6. Contractor shall ensure old roof jacks are removed and new installed without damages or exposure to building interior to weather exposure. 7. Contractor shall be responsible for all electrical, mechanical, plumbing and related services required to relocate pipe penetrations to ensure the roof jacks do not touch the roof panel standing seams, or flashing/trim. 3.04 CLEAN UP A. Dispose of excess materials and remove. debris from site. Maintain all construction related debris in approved disposal containers. B. Clean work in accordance with manufacturer's recommendations. C. The Contractor shall protect work against damage until final acceptance. The Contractor shall replace or repair to the satisfaction of the Owner, any work that becomes damaged prior to final acceptance. D. Touch up minor scratches and abrasions with touch up paint supplied by the metal roof system manufacturer. Minor scratches shall be considered scratches that extend into the finish only, not down to the base metal. 1. Minor scratches shall be defined as follows: a. Scratches that extend into the paint finish only and not down to the base metal. b. Scratches that do not extend more than 4" in length. C. Where no more than two (2) scratches in lengths of less than 4" are present in a 1' by 1' area of a metal roof panel. E. Replace significantly scratched metal panels. 1. Significant scratches shall be defined as follows: a. Scratches that extend down to the base metal. b. Scratches that extend more than 4" in length. C. Where more than two (2) scratches in lengths less than 4" are present in a V by 1' area of a metal roof panel. d. Where touch up paint is visible when viewing the metal roof panels from a common pedestrian area from the ground as judged by the Owner and Engineer. F. Do not allow panels or trim to come in contact with dissimilar metals such as copper, lead or graphite. Stainless steel shall be "passive stainless steel." Water run-off from dissimilar materials is also prohibited and should be controlled by the Contractor during construction. IRC Admin Complex Roof Replacements 0741 13-16 Metal Roof Panels G. Immediately remove all metal dust and cut debris produced by cutting, drilling and fastening. Do not allow metal dust and cut debris to remain on pre -finished metal panels. H. Contractor shall prevent metal chips, shavings, etc. from staining the building, roof and associated fixtures and components. Rust stains shall be removed by the Contractor. I. Contractor shall prevent damage during cleaning activities. Cleaning materials and methods shall not damage building, grounds, components or fixtures. J. The Contractor shall ensure trash and debris, especially nails and shingles, are removed from the yard and grounds immediately. Nails, shingles, sharp sheet metal scraps and all other construction related debris shall be maintained in suitable waste containers at all times. END OF SECTION 07 4113 IRC Admin Complex Roof Replacements 0741 13-17 Metal Roof Panels PART GENERAL 1.03 f_3 alai I We91yLiX1I11 SHEET METAL FLASHING AND TRIM WORK INCLUDED Fabrication and installation of new sheet metal flashings and trim to provide a permanently watertight condition. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Rough Carpentry 2. Metal Roof Panels REFERENCES Section 06 10 00 Section 07 41 13 A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) 2. American Society for Testing and Materials (ASTM) 3. National Roofing Contractors Association (NRCA) 4. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 5. ANSI/SPRI ES -1 1.04 SUBMITTALS A. Latest edition of the Manufacturer's current material specifications and installation instructions. B. Manufacturer's Product Data Sheets for all materials specified. C. Pre -finished sheet metal color chart. D. Shop Drawings for any transitions and/or terminations not depicted in Contract Drawings. 1.05 QUALITY ASSURANCE A. Installation shall comply with the current SMACNA Architectural Sheet Metal Manual. B. Fabricate metal edge (where no gutter is present) and coping in accordance with ANSI/SPRI ES -1 requirements. C. Workmanship shall be first-class in every respect. The various sections shall be uniform with joints at corners and angles mitered and the different sections accurately fitted and rigidly secured. Completed work will be free of leaks under all weather conditions. 1.06 DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers IRC Admin Complex Roof Replacements 07 62 00-1 Sheet Metal Flashing and Trim and in quantities required to allow continuity of application. B. Storage: Store materials within areas designated or approved by the Owner. Ensure materials remain dry, covered and not in contact with the ground. C. Handling: Handle material in such manner as to preclude damage and contamination with moisture or foreign matter. 1.07 PROJECT CONDITIONS A. B. 1.08 A. PART 2 Environmental: Protect building and its components from the elements at all times during the project. Coordination and Scheduling: Coordinate all phases of work to allow continuity of work without delays. WARRANTY Manufacturer's Finish Warranty: Shall be same as and provided under metal roof panel warranty. PRODUCTS 2.01 PRE -FINISHED STEEL A. Galvalume coated steel meeting or exceeding AZ55 per ASTM A792. Manufacturer's smooth finish, pre -finished color coatings consisting of full strength 70% Kynar 500 fluorocarbon (Polyvinylidene Fluoride PVF2) coating over a urethane primer on the finish side, with primer and a wash coat on the reverse. All measurements per NCCA Technical Bulletin II4 or ASTM D1005. A strippable plastic film should protect the finish during fabrication and installation. Manufacturer's standard color to be selected by Owner. 1. 24 gauge a. Eave Flashing b. Ridge/Hip Flashing C. Valley Flashing d. Counterflashing 2. 22 gauge a. Gutter b. Downspouts C. Drain Pipe Splash Shield 2.02 GALVANIZED STEEL A. ASTM, A 653, AISI G90 galvanized steel, mill finish. 1. 22 gauge a. Continuous Cleat IRC Admin Complex Roof Replacements 07 62 00-2 Sheet Metal Flashing and Trim 2. Gutter Brackets: Prime and paint to match gutter, or clad in gutter material. If painting, form brackets prior to painting and paint prior to installation. Touch up paint after installation. a. 1/4" x 1-1/2" 3. Gutter Spacers: 1/16" x 1" 4. Drain Pipe Wall Brackets: 1/16" x 1-1/2" a. Prime and paint to match existing wall color. 5. Downspout Hangers: Prime and paint to match downspout, or clad in downspout material. If painting, form hangers prior to painting and paint prior to installation. Touch up paint after installation. 2.03 PVC DRAIN PIPE A. Schedule 40 PVC pipe, 6 -inch diameter. Prime and paint to match existing wall color. 2.04 ROOF -TO -WALL TRANSITION - EXPANSION JOINT (Alternate) A. Situra RedLINE Waterproof Expansion Joint for epoxy resin installation. B. 2 -Component PMMA fluid applied flashing. Acceptable manufacturers include: 1. Siplast Parapro 2. JM SeamFree 3. Engineer Accepted Equivalent 2.05 FASTENERS A. Roofing Nails: 11 or 12 -gauge stainless ring shank roofing nails with diamond point, minimum 3/8" diameter head and 1-1/4" length. B. Screws: #12 stainless steel hex or pan head screws with length to penetrate substrate a minimum of 1-1/2". C. Concrete and Masonry Anchors: 1/4" diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2". D. Washers: Shall be stainless steel with neoprene gasket backing. Shall be 9/16" diameter for use with #12 screws and 5/8" diameter for use with 1/4" diameter concrete and masonry anchors. E. Rivets: #44 stainless steel rivets with stainless steel mandrel. Length of rivet to properly fasten particular sheet metal components. Rivets shall be factory painted to match adjacent sheet metal. 2.06 RELATED MATERIALS A. Compressible Insulation: Un -faced friction -fit fiberglass building insulation, cut to fit from 3-1/2"x 15"x48" batts. B. Sealant: One -component elastomeric gun grade polyurethane sealant conforming to IRC Admin Complex Roof Replacements 07 62 00-3 Sheet Metal Flashing and Trim ASTM C 920, Type S, Grade NS, Class 25, and use NT, M, A, G, or O as required by substrate conditions. Color to match adjacent materials. C. Silicone Sealant: Shall be a one -component, non -sag, neutral cure, low -modulus, UV resistant, high performance silicone sealant. Shall meet ASTM C 920, Type S, Grade NS, Class 100, Use M, G, A or O. Color to match adjacent materials. D. Sealant Tape: Minimum 1/2" wide non -skinning butyl sealant tape. E. Backer Rod: Closed -cell polyethylene or polyurethane rods sized approximately 25% larger than joint opening. F. Prefabricated Pipe Penetration Flashings: Two-piece, non -insulated, stainless steel STACK JACK Flashings as manufactured by Thaler Metal Industries Ltd. or Engineer accepted equivalent. PART 3 3.01 A. B. C. 3.02 A. EXECUTION EXAMINATION Coordinate with other work for correct sequencing of items which make up the entire system. Ensure substrates are installed, secured and modified to accommodate sheet metal flashings. Deficiencies associated with the sheet metal substrates shall be reported to Engineer before beginning sheet metal work. All such deficiencies shall be corrected before installing sheet metal flashings. INSTALLATION General: 1. All joints to be locked and sealed or soldered. 2. Provide for thermal movement (expansion and contraction) of all exposed sheet metal. 3. Where dissimilar metals contact, galvanic action shall be prevented by means of heavy coat of asphalt paint. 4. Various sheet metal sections shall be uniform with corners, joints and angles mitered, sealed and secured. 5. Exposed edges shall be returned (hemmed); both for strength and appearance, and sheet metal shall be fitted closely and neatly. 6. Provide cleats or stiffeners and other reinforcements to make all sections rigid and substantial. 7. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, "oil canning", and buckling. 8. All sheet metal details shall provide for redundancy including but not limited to sheet metal underlayment and/or sealants. This secondary protection shall be installed, sealed, lapped to ensure a redundant layer of protection will shed moisture infiltration in the sheet metal fails. 9. Adjoining sheet metal sections shall be end lapped a minimum of 4" and a minimum of two beads of sealant/sealant tape installed in the lap area. Components shall e notched for a tight fit. IRC Admin Complex Roof Replacements 07 62 00-4 Sheet Metal Flashing and Trim B. Fasteners: Shall be size and type required. 1. All fasteners to be rust resistant and compatible with materials to be joined. 2. All exposed fasteners shall be stainless steel screws with washers fastened through 5/16" predrilled oversized holes. 3. All exposed fasteners into concrete or masonry shall be metal based expansion anchor with stainless steel pin with washers fastened through 11/32" predrilled oversized holes. 4. All exposed fasteners shall have factory painted heads to match the sheet metal color. 5. Exposed horizontal surface fasteners are not acceptable. C. Gutters 1. Fabricate to profile shown in Contract Drawings. Refer to SMACNA Manual Figure 1.2 Style D. 2. Gutters shall be continuous, roll formed from coil stock on site or formed in 10' lengths. a. Joints in gutters must be lapped a minimum of 1 inch, riveted 1 inch on center. Install sealant tape between gutter sections and sealant at exposed inside edge and on rivets. Lap joints in the direction of water flow if possible. 3. Provide butt type expansion joints in gutters at spacing appropriate for the type material used to fabricate gutters. Refer to SMACNA Manual Figure 1-7. Maximum length of gutters shall be 50'. 4. Provide downspout outlets in downspout locations. Refer to SMACNA Manual Figure 1-33B. Gutter outlet tubes to be tabbed a minimum of 1", set in a full bead of sealant and secured to gutter with a minimum of two rivets per tab. 5. Provide primed and painted brackets and spacers as shown in detail drawings. Evenly stagger the placement of brackets and spacers. Spacing shall be 36". on center for both brackets and spacers. 6. Spacers shall be riveted to both sides of the gutter only. 7. Brackets shall be secured with two stainless steel fasteners to the wood blocking as indicated in the Contract Drawings. 8. Leading edge of gutter to be a minimum of 1" below the back edge as shown in detail drawing. 9. Hang gutters level. D. Downspouts: 1. Fabricate downspouts in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-32B. 2. Downspouts shall tie into existing below grade storm drainage system or if no below grade system is applicable downspouts shall kick -out above grade onto concrete splash blocks. Fill in soil to provide slope away from building. 3. Each downspout shall be secured to the structure with two-piece hangers spaced no more than 8' apart with a minimum of two hangers per downspout with a hanger located within 12" from bottom. Hangers shall be primed and painted to match downspouts. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-35H. 4. Downspouts are to be fashioned so as to run back to (at overhangs) and parallel to the facility walls. IRC Admin Complex Roof Replacements 07 62 00-5 Sheet Metal Flashing and Trim 5. Provide discharge elbow at the base of downspout. 6. Install splash pans on 18" by 30" walk pads where downspouts discharge onto an adjacent roof area. Splash pan shall be fabricated to meet SMACNA Figure 1- 36. E. Fascia Cover/Rake Edge 1. Fabricate metal edge as shown in detail drawings in 10' lengths. Refer to SMACNA Manual Figure 2-1. 2. Install continuous cleat as indicated in detail drawings fastened to substrate 6" on center. Locate fasteners no greater than 2" from the bottom hem. 3. Lock metal edge onto continuous cleat and lock onto clip assembly/zee closure and rivet at 12" on center. 4. Notch and lap ends of adjoining fascia cover sheet metal sections not less than 4"; apply sealant between sections. 5. Hand tong all of metal edge onto continuous cleat. F. Receiver and Counterflashing 1. Fabricate counterflashing as shown in detail drawings in 10' lengths. 2. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. 3. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 4. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply sealant tape between sections. 5. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. G. Horizontal Drain Pipe and Wall Brackets 1. Install horizontal drain pipe and support brackets above roof -to -wall flashing at locations indicated on Contract Drawings. Installed slope of horizontal drain pipe to exceed 'h -inch per 12 -inches and match surrounding roof slope where possible. 2. Apply sealant over the bracket and fastener at each penetration. Sealant color to match existing wall color. Prime and paint wall brackets and pipe to match existing wall color. 3. Tie downspout discharges from higher elevation roof areas into the drain pipe. 4. Turn drain pipe discharge down into gutter directly above downspout location. H. Drain Pipe Splash Shield 1. Fabricate bottom of splash shield to match the contour and slip onto the top of the gutter. Hand crimp splash shield onto gutter. 2. Length of splash shield to be approximately 24 -inches, centered with drain pipe location. 3. Fasten bottom edge of splash shield, gutter, and gutter spacer with rivets at three equally spaced locations along the splash shield. I. Expansion Joint 1. Fabricate expansion joint cover, cleat and receiver as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-613. IRC Admin Complex Roof Replacements 07 62 00-6 Sheet Metal Flashing and Trim 2. Prior to installation of expansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install sheet metal underlayment adhered to vertical substrate and extending a minimum of 2" down below the top of the expansion joint curb. 4. Provide continuous cleat fastened to the expansion joint curb 8" on center. 5. Lock expansion joint cover onto cleat and fasten to wall substrate 12" on center. 6. Apply sealant tape between receiver flashing and wall substrate and surface mount receiver flashing 12" on center. 7. Notch and lap ends of adjoining expansion joint cleat and counterflashing sheet metal sections not less than 4"; apply sealant tape between sections. 8. Notch and lap ends of adjoining expansion joint cover sheet metal sections not less than 6" and apply two beads of sealant between sections. Center 8" wide cover plate over exposed edge of sheet metal and apply sealant to each side of lap. Rivet cover plate at 2" on center to one side of lap only. Expansion Joint (Altnerate) 1. Situra RedLINE expansion joint shall be installed a minimum of 18 -inches on roof surface, and transition into the roof -to -wall expansion joint to provide drainage for water in the roof valley. RedLINE will extend the length of the roof - to -wall expansion joint. 2. Clean and prep metal to remove any dust, debris, grease, and contaminants. 3. RedLINE fleece must be dry prior to installation. 4. Combine and thoroughly mix 2 -component PMMA epoxy resin. 5. Lightly bend roof panel trim piece to provide positive slope away from the wall. 6. Apply an approximate 1/8 -inch thick uniform layer of PMMA fluid -applied flashing to metal substrates. Press the RedLINE fleece firmly into the PMMA layer using a spatula tool. Do NOT coat the underside of the RedLINE. The PMMA fluid -applied flashing material must wholly encapsulate a minimum of 1- 3/4 -inch of the RedLINE fleece edging and extend a minimum of/4-inch onto the substrate. No RedLINE fleece must be left exposed. Apply an approximate 1/8 - inch uniform coat of PMMA flashing material on the top side surface of the RedLINE, making sure to cover the visible RedLINE fleece. PMMA fluid - applied flashing material is to be applied while previous layers are still wet. 3.03 CLEANING AND PROTECTION A. All sheet metal work shall be thoroughly cleaned of all asphalt, flux, scrapes and dust. B. Scratches through the metal finish shall be replaced to the Owner's satisfaction. END OF SECTION 07 62 00 IRC Admin Complex Roof Replacements 07 62 00-7 Sheet Metal Flashing and Trim