Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-044A
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT BID NO.2018013 PROJECT NO. IRC -1736 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA PETER D. O'BRYAN, CHAIRMAN BOB SOLARI, VICE CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOSEPH E. FLESCHER 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 i 00001-1 t F:1Publ16 Wodw\ENGINEERING DNISION PROJECTS11736 IRC Health Department Rool Replacement Projectli-AdminlBk DocumenlsWaster Contract Documenls100001- Project 711le Page - REV 04-07.doc 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 FAPublic Works\ENGINEERING DIVISION PROJECTSU736 IRC Health Department Roof Replacement Projectl1-Admin\aid DocumentsWWaster Contract Documents100010 - Table of Contents - REV 04-07.doc K DIVISION 1 - GENERAL REQUIREMENTS PROJECT MANUAL (BY REI ENGINEERS) INCLUDES THE FOLLOWING: DIVISION 6 - METALS DIVISION 6 - WOOD. PLASTICS AND COMPOSITES DIVISION 7 - THERMAL AND MOSITURE PROTECTION DIVISION 9 - FINISHES DIVISION 22 - PLUMBING APPENDIX A -*PERMITS Y + + END OF TABLE OF CONTENTS + + 00010-2 FAPubfic Works\ENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Project\1-Admin\Bid DocumentsWWaster Contract Docurnents\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 Wednesday. January 3rd 2018. 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 'IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT" and Bid No. "2018013". Copies of the bid documents are available at: www.demandstar.com or by contacting the .Purchasing Division at (772) 226-1416 or purchasing (&-ircQov.com. All other communications concerning this bid shall be directed to IRC Purchasing Division at gurchasing(W-ircgov.com. A MANDATORY Pre -Bid Conference will be held on Friday. December 16. 2017 at 10:00 AM in Room Al -303 on the first floor conference room of the Indian River County Administration Building located .at 1801 2701 Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS REQUIRED. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: DECEMBER 1, 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 04-07 001.00-1 F:\Public WorksIENGINEERING DIVISION PROJECTSM361RC Health Department Roof Replacement Project\t-AdminSid DocumentsWaster Contract Documents\00100 - Advertisement for Bids REV 04=07.d6b SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page ARTICLE1 -.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 .............................. ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS........................................................ 6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6 ARTICLE 13 - PREPARATION OF BID ............................... ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS..........................................................7 ARTICLE 15 - SUBMITTAL OF BID....................................................... ,.................................. 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID................................................8 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 00200 - I FAPubllc WoftlENGINEERING DIVISION PROJECTMI7361RC Health Department Roof Replacement ProjecRi-MminkOld DocumentaWaster Contract Documents=200 - 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 i s=_ti Bids to Remain Subject to Acceptance 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 'Preparation of Bid...................................................................................... ...........................13 Qualificationsof Bidders........................:.........................................................:...........:..............3 Signingof Agreement...............................................................................................................21 i Site and Other Areas ........................................................ 6 Subcontractors, Suppliers and Others ` Submittalof Bid................................................................................... ....................... ......15 ; Substitute and "Or -Equal" Items...............................................................................:......:........11 00200 - Instructions to Bidders REV 0407 00200 -ii FAPubl ic Works%ENGI NEERI NG DIVISION PROJECTS117361RC ReWth Department Roof'Replacement PMectll •AdmtnlBld DoamentsWaster Contract Documents100200 - Instructions to Bidders REV 04-07.doc 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 00200-1 F.11`61lc WorkslENGINEERING DIVISION PROJECTSW3ti1RC Health Department Roof Replacement Rrojed\1 AdminlBld DowmanlslMasferComtract Dodimenfs100200 - InsWdions to Bidden; REV 04-07.doo Rev. 05101 . 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 unanticipated conditions appear in paragraphs.4.02, 4.03, and 4.04, of the General Conditions.. .00200 - Instructions to Bidders REV 04-07 00200-2 F:1Public Works%ENGINEERING DIVISION PROJECTSt1736 IRC Health Department Roof Replacement Projechl-AdminlBld DocumentsWaster Conrad Documents\00200 - InsWdions to Bidders REV 04-07.docRev. 05/01 {. - - - __ .. .... _ .. - ..... :. .: - .... ........... .. .......... 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 theContract 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 Purchasing Division (purchasing(aZircgov.com or (772) 226-1416), 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 INTENTIONALLYJ'7 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 THE PURCHASING DIVISION Wurchasing- Aircctov.com or (772) 226-1416) 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 speck 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 0407 00200-3 F:1Publie Wmke%ENGINEERING DIVISION PROJECT$11736 IRC Health Department Roof Replaoemenl PrgectN1 Admin%Bld Doeumenti%lesler Contract Documents100200 - Instnutlons to Bidders REV 04-07.doc Rev, 05101 �i I. i 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; 1. 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 I 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 CONE OF SILENCE. Potential bidders and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. 00200 - Instructions to. Bidders REV 04-07 00200-4 f:1116blic Works%ENGINEERING DIVISION PROJECTSt1736 IRC Health Department Roof Replacement Prb)ect\1-Admin%Bld DowmenlsWlasler Contract Doctnnentsl00200 - InslrucQons.to Bidders REV 04-07.doc Rev: 05/01 •... ::... ..... ... .... .. .. ... . { �:4-: .�: is ::.::�: ::......:..; .... ..... .....__. _. 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasinga-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 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. 7.03 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 fumished 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 00200 - Instructions to Bidders REQ/ 04-07 00200-5 FAPublic MrlcsTNGINEERING DIVISION PROJECTS11736 IRC Heellh Department Roof Replacement Project\1-AdminTid DocumentsWaster Contract Documentsl0l)200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 10.01 Provisions for liquidated damages,, if any, are set forth in the Agreement. 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, I 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. 00200 - Instructions to Bidders REV 04-07 00200-6 F:\Public Woft ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Rco(Replacement Pro)ec111-Admin\8Id D_ocumenls1masler Contract Dowmenls\00200 - InstnrAlons to Bidders REV 04-07.dod Rev. 05101 i 13.03 A Bid by a corporation shall be executed in the corporate name by the president .or a vice- 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 Ail 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 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 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. 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. 00200 - Instructions to Bidders REV 04-07 00290-7 FaPublic WarkaIENGINEERING DIVISION PROJECTSX1736IRC Health Department Roor.Replacement Projectll,AdminlBld DocumenlslMaster Contract DocumentsW0200 - InslNctidhs to Bidders REV 04-07.doc Rev. 05101 ::: 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. 1 t B. Qualifications Questionnaire. C. 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 Tide 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 27th Street, Vero Beach,. Florida, 32960. 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. -00200 - Instructions to Bidders REV 04-07 00200-8 i RIPublic WorWENGINEERING DIVISION PROJECTSU736 IRC Health Department Roof Replacement Projecal-AdminlBid Documentswaster contract Documentsl00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 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 requested in the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept alternates (if any are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them in any order or combination. 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. 00200 • Instructions to Bidders REV 04-07 . 06200-9 F:1K"Ie WorWENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement ProjedN-AdminlBW DocianentsWaster Contract Documents100200- Instructions to Bidders REV 04-07.doc Rev. 06101 ad 19.05 .OWNER may conduct necessary such investigations as OWNER deems necessa 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. t= 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 OWNEKs 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 maybe awarded as the OWNER desires. * * END OF SECTION * * . . 00200 - Instructions to Bidders REV 04-07 00200 -10. 6PubGc Woft*NGtNEERING DIVISION PROJECTS%17361RC Health Department Root Replacement ProjecW-Admin0d Documentsjmaster Contract Documents=200 - Instructions to Bidders REV 04.07.doc Rev. OWI " SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 =: Qualifications Questionnaire 00456 t_. 4 List of Subcontractors 00458 a: SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS. COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents -REV 0407 003001 F.Tublie WorksIENGINEERING DIVISION PROJECTS11738 IRC Health Department Roof Replacement Prgectil AdminlBid DocumentsWlaster ConbaotDocuments\00300 - Bid Package Contents- REV 04-07.doc SECTION 00310 - Bid Form PROJECT IDENTIFICATION: Project Name: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT County Project Number: IRC -1736 Bid Number: 2018013 ProjectAddress: 1900 27TH ST. VERO BEACH, FLORIDA 32960 PROJECT DESCRIPTION: 'The Project involves removal and disposal of the existing roof system including flashings and sheet metal down to the existing roof deck and replacement with torch applied two-ply modified bitumen roof membrane, Including installation of new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. In addition to the roof removal, and replacement, the following two tasks must be completed: 1) Stucco Replacement — Waterblast wall surface; identify delaminated sections of existing cementitious coating and remove down to the existing concrete masonry unit walls. Provide replacement stucco coating to match surrounding wall surfaces and color, including new sealants and accessories to provide a complete, watertight, wall assembly. 2) Exterior Joint Sealant Replacement — Remove and replace sealant at all exterior window perimeter joints, window to frame glass joints at North and South Stairwells, horizontal stucco channel screed, exterior door frames and exterior vents. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 2r 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. 00310 -Bid Form REV 04-07 00310-1 F:1Publio WorksIENGINEERING DIVISION PROJECTS11736 IRC Health Depaitment Roof Replacement ProJeclX1-AdmiMBld DocumentaWaster Contract Documenls100310 - Bid Form REV 04-07.doc Rev. 05M6101 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. Addendum Date Addendum Number 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 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 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 price(s) 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 00310 - Bid Fonn REV 04-07 00310-2 F:1Publlc WorkstENGINEERING DIVISION PROJECTSN7361RC Health Department Roof Raptacement Projeclll-AdminlBld Documents%laster 0ontract Documents100310 - Bid Form REV 04.07.doc Rev. 05/16101 i i h 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 'understandirig 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 conformity 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. [The remainder of page intentionally left blank] 00310 -Bid Form REV 04-07 00310-3 F.Tubllc WerksIENGINEERING DIVISION PROJECTSN736 IRC, Health Department Roof Replacement ProJectll-Adminlatd Doc mentsWaslar Contract 0ocumenls%G0310 - Bld Form REV 04=0Zdoc Rev. 05H61011 00310-4 i RIPublic Works\ENGINEERING DIVISION. PROJECTS11736 IRC Health Department Roof Replacement Pro)ect11 AdmintBid DomowntsWaster Contract Doarmentsliternized old Schedule Word.docx ITEMIZED BID SCHEDULE . PROJECT NAME: INDIAN RIVER COUNTY ADMINISTRATION COMPLEX IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT IRC PROJECT NO. 1736 BID NO. 2018013 BIDDER'S NAME: �r, 6 D a INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING ROOF -INSTALL 001 NEW ROOF SYSTEM- ROOF SECTORS A,B,C,F,G,I,JBK PER PLANS SET SF 20,112 INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING ROOF - INSTALL NEW ROOF SYSTEM WITH TWO BASE LAYERS OF 2" INSULATION AND 002 GYPSUM OVERLAYMENT BOARD- ROOF SECTOR D PER PLANS SET SF 2,520 INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING ROOF - REMOVE CONCRETE TOPPING SLAB, RAISE DOOR THRESHOLDS, INSTALL TWO BASE LAYERS OF 2" INSULATION AND GYPSUM OVERLAYMENT BOARD,. y 003 INSTALL NEW ROOF SYSTEM - ROOF SECTOR E PER PLANS SET SF T53 INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING ROOF -INSTALL NEW ROOF SYSTEM WITH TWO BASE LAYERS OF 2" INSULATION AND 004 GYPSUM OVERLAYMENT BOARD- ROOF SECTOR H PER PLANS SET SF 525 INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING ROOF - INSTALL NEW ROOF SYSTEM WITH VAPOR RETARDER AND GYPSUM 005 OVERLAYMENT BOARD- ROOF SECTOR L PER PLANS SET SF 121 INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING EXTERIOR WALLS - WATERBLAST WALL SURFACE AND REPLACE DELAMINATED SECTIONS OF CEMENTITIOUS COATING WITH NEW STUCCO COATING - 006 PROVIDED PER PLANS SET SF 15,000 INDIAN RIVER COUNTY HEALTH DEPARTMENT BUILDING EXTERIOR WALLS - INSTALL NEW SEALANT AT ALL EXTERIOR WINDOW JOINTS, 007 WINDOW FRAMES, STUCCO CHANNEL SCREED, DOOR FRAMES AND EXTERIOR VENTS - PROVIDED PER PLANS SET LS I 1 FORCE ACCOUNT 70000.00 TOTAL BID AMOUNT INCLUDING FORCE ACCOUNT TOTAL TOTAL PROJECT BID AMOUNT IN WORDS 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 00310-4 i RIPublic Works\ENGINEERING DIVISION. PROJECTS11736 IRC Health Department Roof Replacement Pro)ect11 AdmintBid DomowntsWaster Contract Doarmentsliternized old Schedule Word.docx 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 ` i 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-B of the General Conditions. 6.01 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 specified, which shall be stated in the i Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule B. Required Bid security in the form of ; C. Qualifications Questionnaire; D.. List of Subcontractors; i 00310-5 00310 —Bid Form REV 04-07 F?PubGo WoAcstENGINEERING DIVISION PROJECTS11736 IRC HeaM Department Roor Replacement P*d%1 AdmintB(d Dowmerd Master Contt d DD=enta\00310 - Bid Forth REV 04.07.doc 8.01. 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 . 120 State Contractor License No. If Bidder is: An Individual Name (typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business address: Phone No.: FAX No.: Email: A Partnership Partnership Name:. (SEAL) By: (Signature of general partner— attach evidence of authority to sign) Name (typed or printed): ? Business address: Phone No.: FAX No.: Email: A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest. (Signature of Corporate Secretary) I Business address: Phone No.:' FAX No.: Email: Date of Qualification to do business is 00310-600310 . — Bid Form REV 0407 F: I'Me WorkMENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Projectll-Admin%Bid DocumentsWasler Contract Documents\00310 - Bid Form REV.04-07.doo A Joint Venture .Joint Venture Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: _ FAX No.: Email: Joint Venture Name: (SEAL) M 1 (Signature -= attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Email: FAX No.: 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 * * 00310-7 00310 — Bid Form REV 04-07 F:Wubtic Works%ENGINEERING DIVISION PROJECTSU7361RC Health Department Roof Replacement ProjedU-Admin0d DocumentsWaster Contract Documents100310 - Bid Form REV 04-07.doc The Contractor shall use the document form entitled "AIA Document A310 Bid Bond," END OF SECTION 00430 - Bid Bond REV 04.07 00430-1 P.Tublic, WoftkF-NGINEERINO DMSION PROJECTSM736 IRC Heaflh Department Roof Replacement Projechl AdmintBfd Docurnantswasler Contract DowmentsW0 I30 - Bid Bond REV 04-07.doc Rev. 05101 SECTION 00452 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSIIIPS 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. 2018013 for IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT E 2. This sworn statement is submitted by. N F (Name of entity submitting Statement) whose business address is: ' i 3. My name is (Please print name of individual signing) ' j and my relationship to the entity named above is 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.] 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 relationships as defined in section 105.08, Iridian River County Code, with any County Commissioner or County employee. . 00452-1 FAIDubiic Works\ENGINEERING DIVISION PROjl C&M1736 IRC Health Department Roof Replacement Project\1-Admin\131d DocumentsWaster Contract Documents\00452 Disclosure of Relationships.doc i 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 (Signature) (Date) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 24 by who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN: PRINT: Notary Public, State at large My Commission Expires: (Seal) .00452-2 . FAPublic Works\ENGINEERING DIVISION PROJECTS\1736. IRC Health Department Roof Replacement ProjecM-Admin\Bid DocurnentMaster Contract Ddcuments\00452 Disclosure of Relationships.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: IRC -1736 Project Name: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT. 1. Bidder's Name/Address: 2. Bidder's Telephone & FAX Numbers; 3. Licensing and Corporate Status: a. Is Contractor. License current? b. Bidder's Contractor License No: [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: 5. What is the last project OF THIS NATURE that the firm has completed? 6. Has the firm ever failed to complete work awarded to you? [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? [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? 00456 - Qualifications Questionnaire 00456 - I Mubtle Wofk ENGINEERING' DIVISION PROJECTSM36 IRC Health Department Roof Repleoement Projedll-AdminlBid DocumentsNaster contract Documentsl06456 - Qualifications Questionnalre.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? (In the case of a tie, 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? [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? [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 current workload and that demonstrates its ability to meet the project schedule. 14. Name of person who inspected the site of the proposed work for the firm: Name: Date of Inspections: 15. Name of on-site Project Foreman: Number of years of experience with similar projects as a Project Foreman: 16. Name of Project Manager: Number of years of experience with similar projects as a Project Manager: 17. State your total bonding capacity: 18. State your bonding capacity per job: 19. Please provide name, address, telephone number, and contact person of your bonding company: [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire 00456-2. F.-Tublic Works%ENGINEERING DIVISION PRWE&SN736 IRC Health Department Roof Replacement Projecll4-AdminlBld DocumentsWasler ContraG Documents=456 - Qualitlealions Queslionnalre.doc 1 [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? (In the case of a tie, 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? [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? [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 current workload and that demonstrates its ability to meet the project schedule. 14. Name of person who inspected the site of the proposed work for the firm: Name: Date of Inspections: 15. Name of on-site Project Foreman: Number of years of experience with similar projects as a Project Foreman: 16. Name of Project Manager: Number of years of experience with similar projects as a Project Manager: 17. State your total bonding capacity: 18. State your bonding capacity per job: 19. Please provide name, address, telephone number, and contact person of your bonding company: [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire 00456-2. F.-Tublic Works%ENGINEERING DIVISION PRWE&SN736 IRC Health Department Roof Replacement Projecll4-AdminlBld DocumentsWasler ContraG Documents=456 - Qualitlealions Queslionnalre.doc 46 d) �O Q. cri a� .Q cru _O O -4.- W W m CL E 0 U of OTE: If requested b the County, the Bidder shall furnish references, and other information, [N q Y sufficiently comprehensive to permit an appraisal of its abilities as a contractor.] By: (Signature) 4: (Position or Title) * * END OF SECTION * * 00456 - Qualifications Questionnaire' 00456-4 I'APublic WorksWNGINEERING OMSION PROJECTS\1736 IRC Health Department Roof Replacement ProjedN AdminlBid DocumentsUulester Contract Documents100456 - " Qualifications Quesllonnaire.doc 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 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. Documentation Submitted with Project No. IRC -1736 for IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT. Work to be Performed Subcontractor's Name/Address 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. Note: Attach additional sheets if required. * * END OF SECTION 00458 - List of Subc'4ntractors REV 04-07 00458 -1 FAPubllc WorksIENGINEERING DIVISION PROJECTSH736 IRC Health Deparlment.Roof Replaoement ProjectN-Admin\Bid DowmentsWaster Cori_tract DocumentsW0458 Ust or Subcontractors REV 04-07.doc Month Day, 20 Persons Name Vendor name Vendor address City/State Zip BOARD UL'' CUUNTY UUMM1Ja1U1VLKY , �giVE ♦e VIA EMAIL NOTICE OF AWARD Reference: Indian River County Bid # 2018013 Project Name: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT Dear Mr. , I am pleased to inform you that on XXX. 20� 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. 1. Public Construction Bond in the amount of 100% of the contract amount. ($XXXX.00) 2. Certificate of Insurance must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation.. 3. Agreement, execute the enclosed two (2) copies. In accordance with section 255.05(l)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond and the Certificate of Insurance to this office at the address provided below no later than Date XX. 20 . Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. Enclosed are two copies of the Agreement. Please execute both copies and return them together with the required bonds and Certificate of Insurance to the Purchasing Office. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennifer Hyde, Purchasing Manager cc: Richard B. Szpyrka, P.E., Public Works/Engineering Office of Management & Budget •Purchasing Division 1800 271 Street, Vero Beach, Florida 329609(772) 567-8000 Ext: 1416*Fax: (772) 770-5140 E-mail: purchasing @ircgov.com 00510 - Notice of Award REV 04-07 F:\Public Works\FNGINEERING DIVISION PROJECTA1736 IRC Health Department Roof Replacement Project\1-Adint"id DocumentsWaster Contract Documents\00510 - Notice of Award REV 007:doc SECTION 00620 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1- WORK.................................................................................................................................2 ARTICLE 2 - THE PROJECT.................................................................................................................. 2 ARTICLE3 — ENGINEER........................................................................................................................3 ARTICLE 4 - CONTRACT TIMES ............................... :......................................................................... 3 ARTICLE 5 - CONTRACT PRICE.......................................................................................................... 3 ARTICLE 6 - PAYMENT PROCEDURES............................................................................................. 4 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 INTENTIONALLY] 00520 - Agreement (Public Works) REV 06-14.doc 00520-1 FAPurchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Root\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: PROJECT DESCRIPTION: The Project involves removal and disposal of the existing roof system including flashings and sheet metal down to the existing roof deck and replacement with torch applied two-ply modified bitumen roof membrane, including installation of new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. The contractor (installer) is responsible for a 2 -year warranty with an inspection prior to the end of the 2 -year window. After the 2 -year term, the manufacturer's 20 -year warranty takes over. At that point, there is 18 years remaining on the manufacturer's warranty. In addition to the roof removal and replacement, the following two tasks must be completed: 1) Stucco Replacement — Waterblast wall surface; identify delaminated sections of existing cementitious coating and remove down to the existing concrete masonry unit walls. Provide replacement stucco coating to match surrounding wall surfaces and color, including new sealants and accessories to provide a complete, watertight, wall assembly. 2) Exterior Joint Sealant Replacement — Remove and replace sealant at all exterior window perimeter joints, window to frame glass joints at North and South Stairwells, horizontal stucco channel screed, exterior door frames and exterior vents. 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: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT County Project Number: IRC -1736 Bid Number: 2018013 Project Address: 1900 27th St., Vero Beach, Florida 32960 00520 - Agreement (Public Works) REV 06-14.doc 00520-2 F:\Purchas1ng\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520-Agreement (Public Works) REV 06-14.doc ARTICLE 3 — ENGINEER 3.01 REI Engineers, Inc. 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. 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 150 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 $ 1241.00 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 $ 1241.00 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. 00520 - Agreement (Public Works) REV 06-14.doc 00520-3 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 -Agreement (Public Works) REV 06-14.doc B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ 509,406.00 Written Amount: ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments 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)(2005), 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 00520 - Agreement (Public Works) REV 06-14.doc 00520-4 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 - Agreement (Public Works) REV 06-14.doc 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. 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, 00520 - Agreement (Public Works) REV 06-14.doc 00520-5 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 -Agreement (Public Works) REV 06-14.doc 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. 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 00620-11; 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1); 9. General Conditions (pages 00700-1 to 00700-45, inclusive); 10. Supplementary Conditions (pages 00800-i to 00800-11, inclusive); 00520 - Agreement (Public Works) REV 06-14.doc 00520-6 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 - Agreement (Public Works) REV 06-14.doc 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a cover sheet and sheets numbered R1,R2,W1,D1,D2&D3 , with each sheet bearing the following general title: INDIAN RIVER COUNTY HEALTH DEPARTMENT; 13. Addendum 1; 14. Appendices to this Agreement (enumerated as follows): Appendix A — Permits 15. CONTRACTOR'S BID (pages 00310-1 to 00310-7, inclusive); 16. Bid Bond (page 00430-1 inclusive); 17.Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 18. Qualifications Questionnaire (page 00456-1 to 00456-4, inclusive) ; 19. List of Subcontractors (page 00458-1); 20.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); 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 00520 - Agreement (Public Works) REV 06-14.doc 00520-7 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 - Agreement (Public Works) REV 06-14.doc 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. 10.04 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 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 or 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 00520 - Agreement (Public Works) REV 06-14.doc 00520-8 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 - Agreement (Public Works) REV 06-14.doc TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publ icrecordsRi rcgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works) REV 06-14.doc 00520-9 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 -Agreement (Public Works) REV 06-14.doc 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. This Agreement will be effective on February 6 , 2018 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OVI INC By: By: API SU By: Jeffrey R. Smith, Clerk of Court and Comptroller Attest:���/G%tJ Deputy Clerk (SEAL) Designated Representative: Name: Richard B. Szpyrka, P.E. Title: Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1379 Facsimile: (772) 778-9391 License No. (Where applicable) Agent for service of process: Designated Representative: Name: Title: Address: Phone: Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 00520 - Agreement (Public Works) REV 06-14.doc 00520-10 FAPurchasing\Bids\2017-2018 FY (2018000)\2018013 Replacement of Health Department Roof\00520 - Agreement (Public Works) REV 06-14.doc (BIDDER) ADDRESS: Contract For: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT Project No: IRC -1736 IRC Bid No. 2018013 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) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notlae to Proceed REV 1-4-11 00550 -1 FAPubllc Works%ENGINEERING DNISION PROJECTSM361RC Health Department Roo( Replacement ProjecA1-AdminlBid DocumentsWlester Contract Documents%005W - Notice to Proceed REV 14-11.doc Rev. 05101 3120180013645 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3097 PG: 2474, 3/7/201810:58 AM OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (if applicable) DESCRIPTION OF WORK: PROJECT LOCATION: $509,406.00 LEGAL DESCRIPTION: (if applicable) A TRUE COPY 00610 - 2 CERTIRGATION ON WT PAGE JA $NIITH• CLERK 00610 -Public Construction Bond F:1Public Works%ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1,AdminlBid DocumentsWaster Contract Documents\00610 - Public Construction Bond.doc Public Work F.S. Chapter 255.05 (1)(a) 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: 801 57871 CONTRACTOR NAME: Advanced Roofing, Inc - CONTRACTOR ADDRESS: 1950 NW 22ND Street Fort Lauderdale, FL 33311 CONTRACTOR PHONE NO: 954-522-6868 SURETY COMPANY NAME: The Guarantee Company of North America USA SURETY PRINCIPAL One Towne Square, Suite 1470 BUSINESS ADDRESS: Southfield, MI 48076 SURETY PHONE NO: (248) 281-0281 OWNERNAME: Indian River County OWNER ADDRESS: 1800 27th Street Vero Beach, FL 32960 ' OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (if applicable) DESCRIPTION OF WORK: PROJECT LOCATION: $509,406.00 LEGAL DESCRIPTION: (if applicable) A TRUE COPY 00610 - 2 CERTIRGATION ON WT PAGE JA $NIITH• CLERK 00610 -Public Construction Bond F:1Public Works%ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1,AdminlBid DocumentsWaster Contract Documents\00610 - Public Construction Bond.doc BK: 3097 PG: 2475 PUBLIC CONSTRUCTION BOND Bond No. 80157871 (enter bond number) BY THIS BOND, We Advanced Roofing Inc. 11 as Principal and The a Guarantee COmyany of North America USA, a corporation, as Surety, are bound to Indian River County , herein called Owner, in the sum of $ 509.406.00--, 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 February 6, 2018 , between Principal and Owner for construction of **See Below , the contract being 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 _ February1,2018 Advanced Roofing, Inc. Name of Princi al By (As Attorney in Fact) The Guarantee Company of North America USA BidNumber:2018013, Project Number: LRC -1736, IRC Health Department RoofReptdEie ray}+ r.•fiepdcr i A TRUE COPY D0610 -3 CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK F:1PubIl6wo*a\ENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Rib' 10 t i� Publlc Construction B DocumentsWaster Contract Documentsl0t)610 - ond.4 BK: 3097 PG: 2476 THE The Guarantee Company of North America USA GUARANTEE" Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having Its principal office in Southfield, Michigan, does hereby constitute and appoint Michael Marino, William Grate Griffin, Torre Taylor, Ricardo Davila Lamar, Elizabeth De La Caridad Lang American Global, LLC its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 3111 day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney -In -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 21" day of October, 2015. STATE OF MICHIGAN County of Oakland THE GUARANTEE COMPANY OF NORTH AMERICA USA w i t Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary On this 2nd day of October, 2015 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each Is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said company. Cynthia A. Taka/ IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written. County of Oakland r My Commission Expires February 27, 2018 J Q' . ' Acting in Oakland County I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the a.§b end foregoing and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which MOT;94 -! iry IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this atayof,� r,1 a� STATE OF FLORIDA 4 INDIAN RIVER COUNTY THIS iS TO CERTIFY THAT THIS IS ATRUE AND CORRECT' COPY OF THE ORIGINQN FILE IN THIS OFFICE. 149dall Musselman, Secretary ORIGINAL MAY HAVE'RE ACTED INFORMATION AS STATED 1N FLORIDA STATUE i1 .01. y J..,S LTH, RKY v.. lam. Er %0 ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE 12/114/20174/21017 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: PHDNE (954) 943-5050 FAX (954)942-6310 A C x : A/C No E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC9 INSURERA:National Fire Ins Of Hartford 20478 INSURED Advanced Roofing Inc Advanced Leasing Inc 200 Northstar Court Sanford FL 32771 INSURERB:Valley Forge Ins 20508 INSURER C:Ameri can Guarantee & Liability Ins 26247 INSURER D:Brid efield Employers Ins Cc 10701 INSURERE:Continental Casualty Cc 20443 INSURER F: rnvcaeaGc CERTIFICATE NUMBFR-Jan 18 Sanford REVISION NUMBER: v THIS ISTOCERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE ADDL 5 BR POLICY NUMBER EFF MM1DDNYYY MPOLICY M ODNYYY Y EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE ❑X OCCUR DAMAGE TO RENTEU PREMISES (Ea occurrence $ 100,000 MED EXP (Any one person) $ 15,000 X Contractual & XCU Incl X 6017071866 1/1/2018 1/1/2019 X Broad form PD PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 POLICY [K] JELOC $ OTHER: AUTOMOBILE LIABILITY COEaMcodan accident SINGLE LIMIT $ 3_000,000 BODILY INJURY (Per person) $ B X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X 6017071849 1/1/2018 1/1/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED X HIRED AUTOS X AUTOS PIP $ 10,000 X nonownphysdam X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 25,000,000 AGGREGATE $ 25, 000, 000 C EXCESS LIAB CLAIMS -MADE DED I X J RETENTION$ 0 $ 1 IAUC930367416 1/1/2018 1/1/2019 D WORKERS COMPENSATIONPER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? r (Mandatory In NH) If es, describe under DESCRIPTION OF OPERATIONS below A NIA 830-56020 1/1/2018 1/1/2019 OTH- X STATUTE ER E.L-EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000. E Installation Floater 4016260407 1/1/2018 1/1/2019 Any One Jobsile 2,000,000 5% W/H; $1000 AOP Any One Occurrence 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Project: Indian River County Health Department Indian River County and the Florida Department of Health are included as Additional Insured as regards General Liability and Automobile Liability where required by written contract in accordance with policy terms and conditions. CERTIFICATE HOLDER CANCELLATION jhyde@ircgov.com Indian River County ATTN: Jennifer Hyde SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1801 27th Street Vero Beach, FL 32960 AUTHORIZED REPRESENTATIVE Dirk DeJong/MR U 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) Application for Payment No. For Work Accomplished through the period of throuah To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2018013 Project No.: IRC -1736 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): , 10 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 00622-1 F:%Public Wof XENGINEERING DIVISION PROJECTSM73.6 PC Heakti Department Roof Replacement Prolectlf•Adminl8ld DocumentsWaster Contract Document00622 - Contractors Application for Payment - 0310 rev doc Rev. 0516. Page 2 of 5 2. Updated Construction Schedule per Specification Section 01310, and Dated By: (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title STATE OF FLORIDA COUNTY OF INDIAN RIVER 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 is personally known to me or has produced as identification. NOTARY PUBLIC: (SEAL) Printed name: Commission No.: Commission Expiration: Please remit payment to: Contractor's Name: Address: [The remainder of this page was left blank intentionally] 00622 - Contractor's Application.for Payment - 03-10 rev 00622-2 F:tPL"lc WorkstENGINEERING DIVISION PROJECTS11736 IRC Health Department RoaReplacement ProjectN-AdrnW6id DocumentsWaster Contract DocumentMW22 - Contractor's Application for Payment- 03-10 rev.doc Rev. 05101 -"i - Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, ,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 Corporate Surety Business Address BY. Print Name: Title: STATE OF FLORIDA COUNTY OF INDIAN RIVER (Affix Corporate SEAL) . Before me, aNotary 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 for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of 20 Notary Public, State of _ My Commission Expires: [The remainder of this page was left blank intentionally] 00622 - Contractors Application for Payment - 03-10 rev 00622 - 3_ F.\Public WorkstENGINEERING DIVISION PROJECTS11736 IRC Health Department Root RePlacemenl Projedtl,Admin\Bid DooumenteNdater Contract Documents100622 - ConUactofs Application for Payment -03-10 rev,dob Rev, 05101 '-_.. _.�. .... a ....::::....-.... ..... .. _.... 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: I 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, matenalmen and suppliers because I 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 00622.-4 F:1Publtc WorksIENGINEERING DIVISION PROJECTSA736. IRC Hea(Ih Department Roof Replacement PigeUV-AdmfMB1d DocumentsWaster Contract DoeumentAO0622 - Contractor's Application for Payment - o3.10 rev.doc Rev. 05101 Page 5 of 5 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 isnot included (attach additional pages as necessary): t 00622 =.Contractor's Application for Payment -.03-10 rev. 00622-5 PAPublic WorksW NGINEERING DIVISION PROJECTSX17361RC Health Department Roof Replacement Project\1-Admin%id DocumentsWaster Contract Documentst00622 Contractor's Apprication for Payment - 0340 rev.doc Rev. 05/01 U 4) 4 m CL 4) cr V O 'i d -o c A a cu E m M n o CL ' l z w CCc oOG z u a � � Q a a� �a 4, C. E 4) T o = a Y fC 4) v 8 J >:i SECTION 00630 - Certificate of Substantial Completion Date of Issuance: .20 OWNER: INDIAN RIVER COUNTY CONTRACTOR' CONTRACT FOR: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT Project No.: IRC -1736 Project Description: The Project involves removal and disposal of the existing roof system Including flashings and sheet metal down to the existing roof deck and replacement with torch applied two-ply modified bitumen roof membrane, including installation of new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. In addition to the roof removal, and replacement, the following two tasks must be completed. 1) Stucco Replacement — Waterblast wall surface; Identify delaminated sections of existing cementitious coating and remove down to the -existing concrete masonry unit walls. Provide replacement stucco coating to match surrounding wall surfaces and color, including new sealants and accessories to provide a complete, watertight, wall assembly. 2) Exterior Joint Sealant Replacement — Remove and replace sealant at all exterior window perimeter joints, window to frame glass joints at North and South Stairwells, horizontal stucco channel screed, exterior door frames and exteriorvents. OWNER's Bid No. 2018013 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To, OWNER And To - CONTRACTOR 00630 - Certificate of Substantial Completion REV. 04-07 00630 -1 30- F.Tubitc WoftTNGINEERING DIVISION PROJECTS%17361RC Heatth Department Roof Replacement Profectll-Aftn0d Documentsftster contract Documen06 is10 Certificate of Substantial Completion REV 04-07.doc t - The Work to which this Certificate applies has been inspected by authorized representatives of r-= 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 calendar days of the above date of Substantial Completion. 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 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: (Date). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: 00630 -,Certificate of substantial completion REV 04=07 00630-2 F\Public WorksIENGINEERING DIVISION PROJECTS\17361RC Health Oepartment Roof Replacement Projecl\1-Admin\Bid Doaiments%lastbr Contract Documents\00630 - Certificate of Substantial Completion REV 04-07.doc i 13y: Lr. (Authorized Signature) E OWNER accepts this Certificate of Substantial Completion on (date). E OWNER: INDIAN RIVER COUNTY p by: (Authorized Signature) * * END OF SECTION * * k 00636 - Certificate of Substantial Completion REV 04-07 00630: 3 I'APublic WorkMENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement ProjedN-Rdmin%Bld DocumentsWaster Contract Documents100630- 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: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT PROJECT NO: IRC -1736 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 fines and individuals contracting directly with or directly employed by such CONTRf1CTOR 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: 1. 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\1736 IRC Health Department Roof Replacement Project\1-Admin\Bid . DocumentsWaster Contract Documents\60632 - Contractor's Final Certification REV 04-07.doc e 5. The WorK is complete ana reaoy tot m tdt a--p-1r 1— uy 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Corporate Seal) (Contractor) By: 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 FAPublic WorksIENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Adminl8id DocumentsWaster 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 01996 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 M 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 Condiiions....:.................................................................::.............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 0WNER's Liability Insurance ........................ 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"OirEquals".................................:...........:...................................:..:.........................19 6.06 Concerning Subcontractors, Suppliers, and Others.............................................:..........................22 00700 - General Conditions Master 00700 - 2 17APoblic wodo\IINGINEEWNG DIVISION PROJFMSX1736 IEC Health Depaetmeat Roof Replacement Project\I-Admin\Bid Dbeuments\Matter Contract Docomeots\00700 = Omew Conditions Maatendoe 00700 - General Conditions Master 00700-3 F:NPobGoW,&$NENODiEC KCiDIVISIONPROIECrMI736DtCHealthDepa"entRoofReplacemeotProject\I-AdminBidDaumentaMtstecContractDocoments\00700-GeneralConditionsMa+terdoe 6.07 Patent Fees and Royalties..................................................................I................ ...... ........22 6.08 Permits................................................................................................:..........................................22 6.09 Laws and Regulations..............................................................:................:....................................::.22 6.10 Taxes .........................................:......................................................................................................22 . ... 6.11 Use of Site and OtherAreas..........................................................................................................22 6.12 Record Documents..................:............................:...........................................................................23 6.13 Safety and Protection..........:.............................................................................................................23 24 6.14 Safety Representative............................................................. .......................................................... 6.15 Hazard Communication Programs.................................................................... ............................24 6.16 Emergencies ..............................:.......................................................................................................24 6.17 Shop Drawings and Samples....................................................................:.......................................24 6.18 Continuing the Work... .......................... I .......................................................... ..................................25 6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................25 6.20 Indemnification......................................................................................d...........................................26 WORK ARTICLE7 - OTHER ..............:..............................................:..........................................................................26 7.01 Related Work at Site.........................................................................................................................26 7.02 Coordination.....................................................:.......................................................:........................27 ARTICLE8 - OWNER'S RESPONSIBILITIES.............................................................................................................27 8.01 Communications to Contractor.........................................................................................................27 8.02 Replacement of ENGINEER..............................................:..............................................................27 8.03 Fumish 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 Not cation to Surety.........................................................:......,...:.............:..............................:....31 10.05 Claims and Disputes...:.................................:...................................................................:.............31 00700 - General Conditions Master 00700-3 F:NPobGoW,&$NENODiEC KCiDIVISIONPROIECrMI736DtCHealthDepa"entRoofReplacemeotProject\I-AdminBidDaumentaMtstecContractDocoments\00700-GeneralConditionsMa+terdoe ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK..........:....................................32 11.01 Cost of the Work....:.......................................................................................:.........................:.......32 11.02 Cash Allowances................................................................................................................:............34 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 ................... I .......................... :.......................................35 12.04 Delays Within CONTRACTOR's Control...........................:............................................................35 12.05 Delays Beyond OWNER'S and Contractor's Control..............:......................................................36 12.06 Delay Damages...............................................................................................................................36 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK..................................................................................................................................36 13.01 Notice of Defects.............................................................................................................................36 13.02 Access to Work........:................................................................::....................................................36 13.03 Tests and Inspections.....................................................................................................................36 13.04 Uncovering Work...............................................................................................................................37 . 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.............................................................................................41 14.09 Waiver of Claims.....................................................................:.......................................................43 ARTICLE 15 - SUSPENSION OF WORKAND 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................................................................................................................................44 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 - Genera( Conditions Master 00700-4 P:\Publia Works\ENGnammNG DIVIsiON PRoIEcrsV 736IRC Health Deputmeot RoofReplacemenl PmjectU•Admin\Bid Docomcids%famer-6ntiad Doeumente\00700 - General Conddions Mastei.doo ... ....--- GENERAL CONDITIONS ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other 1.01 Defined Terms relief with respect to the terms of the Contract. A demand for money or services by a third party is not a 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. 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 Master 00700-5 F:1PublidWorh%NOtI4EEPJNGDIVISIONPROIECM1736IRCHealthDepumemRoofReplw mentProjecAI-AdmWBidDoamems%haerConlmetDocuments\00700-Ge"""l ConditionsMeslerdoe 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. 1 . 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 c eniinee. .mac- r-hlQlhlr=CR4. iRdeneRdent pFeles ienal Genditions. 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 govem- 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 peiform 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 Master 00700-6 F:1Publlc WorksTNGINEERING DIVISION PROJECTSt1736 IRC Health Department Root Replacement Projectll-AdminWid DocumentsWaster Contract Documents100700 -General Conditions Masterdoc `" 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 Qrawings AII 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. Specfcations--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 (ora 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 facilitiesor 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 Master 60700-7 P:1Public Works\ENGINEERING 61VISION PROJECTS11736 IRC Health Department Root Replacement ProjecUl AdminlSid DoamentsWlaeler Contract Documents100700-General Conditions Master.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. Fumish, Install, Perform, Provide 1. The weFd 1. "n used in . nent, shall mean to supply and del* 1 1 use 9F instalintinn a�d in usable OF epe seadition. 2. The ;AVQFd "Install," wfien usedequipment shall mean to put into use eF plaG9 1 ause: � t 3. The weFds 11 4 OF " " 1 when used in GenneGfign with 1 ' 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 famished 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 nun. 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 equo A. CONTRACTOR's Review of Contract Docu- se. meet& auBefore undertaking each part of the Work,. CONTRACTOR shall carefully study and compare the 00700 - General Conditions Master 00700 - 8 FATUblic Works%ENGINEERING DIVISION PROJECT§W361RC Health Department Roof Replacement Projedll-Admin%Bid DocumentsWaster Contract Dooumenls=700- General Conditions Master.doe 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 toOWNER 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 specified 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= miffing, 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 Preconstructlon Conference M 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.B. 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 bindingas if called for by all. A. Within 20 days afteF the GentFaGt Times sta to Fun, but befeFe any Work at the Site is staFted, a B. It is the intent of the Contract Documents to GenfeFeMe Mended by GGNTRAGTQR,,F=NGINF=F=R,, describe a. functionally complete Project (or part there - and etheFs as apprep6ate will be held to e6tablish a to. be constructed in accordance with the -Contract 00700 , General Conditions Master 00700-9 FAPublic WorksIENGINEERINO DMISION PROJECTS11736 IRC Health Department Roof Replacement ProjecR1-Admin0d DocumentsWaster Contract Documents1QD700 - General Conditions Meslecdoe.. 7 - - 2.06 Preconstructlon Conference M 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.B. 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 bindingas if called for by all. A. Within 20 days afteF the GentFaGt Times sta to Fun, but befeFe any Work at the Site is staFted, a B. It is the intent of the Contract Documents to GenfeFeMe Mended by GGNTRAGTQR,,F=NGINF=F=R,, describe a. functionally complete Project (or part there - and etheFs as apprep6ate will be held to e6tablish a to. be constructed in accordance with the -Contract 00700 , General Conditions Master 00700-9 FAPublic WorksIENGINEERINO DMISION PROJECTS11736 IRC Health Department Roof Replacement ProjecR1-Admin0d DocumentsWaster Contract Documents1QD700 - General Conditions Meslecdoe.. 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 i 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 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 ormore 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 Regulation applicable to the performance of the Work or of any standard, specification, manual A. CONTRACTOR and any Subcontractor or or code, or of any instruction of any Supplier, Supplier or other individual or entity performing or 00700 - General Camillo ns Master 00700-10 F:1Public Works%ENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement ProjecIM-Admin0d DocumenlslMester Contract Documents\00700,7General Condi ions Master.dac a 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 0D700. -General Conditions Master, 00700-11 F:1Public WorkMENGINEERING DIVISION PROJECTSM736 IRC Health Department Roof Replacement Projeclll-Admin0d DomnentslMastar Contract'DocumentsOY700 -General Conditions Mastecdoo 40700 - General Conditions Master 00700 -12 FA u6lic WorkAENGINEERING DNISION PROJECTS11736 IRC Health Department Roof Replacement Projeclll-AdminlBid DocumenlsWasler Contract Dowmenls100700 -General Conditions Master.doc. 0 3. differs materially from that shown or or becoming boundunder, a negotiated indicated in the Contract Documents, or contract; or 4: is of an unusual nature, and differs b. the existence of such condition could materially from conditions ordinarily reasonably have been' discovered or encountered and generally recognized as inher- revealed as a result of any examination, ent in work of the character provided for in the investigation, exploration, test, or study of Contract Documents; the Site and contiguous areas required by the Bidding Requirements or Contract then CONTRACTOR shall, promptly after. becoming Documents to be conducted by or for CON - aware thereof and before further disturbing the TRACTOR prior . to CONTRACTOR's subsurface or physical conditions or performing any making such final commitment; or Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and c. CONTRACTOR failed to give the ENGINEER in writing about such condition. written notice within .the time and as re - CONTRACTOR shall not further disturb such quired by paragraph 4,03.A. condition or perform any Work in connection therewith ;(except as aforesaid) until. receipt of written order to do 3. If OWNER and CONTRACTOR are SO. unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in B. ENGINEER's Review.* After receipt of written the Contract Price or Contract Times, or both, a notice as required by paragraph 4.03.A, ENGINEER Claim may be made therefor as provided in will promptly review the pertinent condition, determine paragraph 10.05. However, OWNER, the necessity of OWNER's obtaining additional ENGINEER, and ENGINEER's . Consultants exploration or tests with respect thereto, and advise shall not be liable to CONTRACTOR for any OWNER in writing (with a copy. to CONTRACTOR) of claims, costs, losses, or damages (including ENGINEER's findings and conclusions. but not limited to all fees and charges of engineers, architects,, attorneys, and other C. Possible Price and Times Adjustments professionals and all court or arbitration or other dispute resolution costs) sustained by 1. The Contract Price or the Contract CONTRACTOR on or in connection with any Times, or both, will be equitably adjusted to the other project or anticipated project, extent that the existence of such differing subsurface or physical condition causes an in- 4.04 Underground Facilities crease or decrease in CONTRACTOR's cost of, or time required for, performance of the A. Shown or Indicated: The information and data Work; subject, however, to the following: shown or indicated in the Contract Documents with respect to existing Underground Facilities at or a. such condition must meet any one or contiguous to the Site is based on information and more of the categories described in para- data furnished to OWNER or ENGINEER by the graph 4.03.A; and owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise b. with respect to Work that is paid for expressly provided in the Supplementary Conditions: on a Unit Price Basis, any adjustment in Contract Price will be subject to the 1. OWNER and ENGINEER shall not provisions of paragraphs 9.08 and 11.03. be responsible for the accuracy or com- pleteness of any such information or data; and 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or 2. the cost of all of the following will be Contract Times if: included in the Contract Price, and CONTRAC- TOR shall have full responsibility for. a. CONTRACTOR knew of the existence of such conditions at the time a. reviewing and checking all such CONTRACTOR made a final commitment information and data, to OWNER in respect of Contract Price and Contract Times by the submission of a Bid 40700 - General Conditions Master 00700 -12 FA u6lic WorkAENGINEERING DNISION PROJECTS11736 IRC Health Department Roof Replacement Projeclll-AdminlBid DocumenlsWasler Contract Dowmenls100700 -General Conditions Master.doc. 0 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. 007b0 - General Conditlons Master' 0070043 FAFL"le WorksIENGINEERING DIVISION PROJECTS%17361RC Health Department Roof Replacement Project\1-Admin0d Docurtrenls\Master Contrew ct Domentst00700-cleneral Conditions Master.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 4A6.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 4.06.17 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 5.0.1 Performance, Payment, and Other Bonds 1 00700 - General Conditions Master 00700 -14 _F.Tublic Works\ENGINEERING DIVISION PROJECTSN736 IRC Health Department Roof Replacement ProjecAlrAdminteid DocumentsWlastei Contract Documentsk00700 - General Conditions Masterdoc 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 .5.01.6, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with- the requirements of paragraphs 5.01.6 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. 01A/AICC shall de_`1 _F to C_QhITGAf`TQR with 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 rovideprotection 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 Mester 00700-15 F:Tublio Works\ENGINEERING DIVISION PROJE&S\77361RC Health Department Roof Repiacetnerd ProJed\1*4mmin\9td OocumentsWtaster ContraG Documenls100700 -General Condillons. Master.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 HMIMMMI ., .. _ .. `-- 5.066 Property Insurance inralud nGuFred an the --Fed plroperty 00700 - General Conditions Master 00700-16 FAIDubtic WoftlENGINEERING DIVISION PROJECTSW36 IRC Health Department Roor Replacement ProjecUl-Adminl8id DocumenlsWlaster Contract Documents=100 -General Condhions Masler.doc .. 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 bome 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. 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 bome 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. 5.07 Waiver of Rights 00700 -General Conditions Master. .06700,17: F.'Public WarkMENGWEERING DWISION PROJEC.TSI1736 IRC Health Department Roof Replaceinent ProjedH-Adminl81d DoementsWaster Contract DocumeM\00700 -General Conditions Masler.doc 7 NMI 4,1- PTA1011 t_ -1 , 00 Mt it ..Py I a- - 00700 -General Conditions Master. .06700,17: F.'Public WarkMENGWEERING DWISION PROJEC.TSI1736 IRC Health Department Roof Replaceinent ProjedH-Adminl81d DoementsWaster Contract DocumeM\00700 -General Conditions Masler.doc 5.08 Receipt and Application of Insurance Proceeds any Ghange 6A the QZe-. Without "F FA,- QJ and a Ghange OrdeF - ■ ., - - - - • • -mu- - - • 5.08 Receipt and Application of Insurance Proceeds 5.09 Acceptance of Bonds and Insurance; Option to Replace any Ghange 6A the QZe-. Without "F FA,- QJ and a Ghange OrdeF - ■ ., - - - - •::rr�t' - - - -mu- 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 Work as 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 overage 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 Master 00700 -18'' F:1Public Wodm%ENGINEERING DIVISION PROJECTSW36 IRC Health Department Roof Replacement ProJec(%1-Adm,n18ld DWA nientsWtaslef Contract DoOUments%00700 a General Condiflons Master.doc any Ghange 6A the QZe-. Without 1 s 'At-efests at the expense of1 and a Ghange OrdeF shall be issued tG adjust the 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 Work as 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 overage 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 Master 00700 -18'' F:1Public Wodm%ENGINEERING DIVISION PROJECTSW36 IRC Health Department Roof Replacement ProJec(%1-Adm,n18ld DWA nientsWtaslef Contract DoOUments%00700 a General Condiflons Master.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 - GeneralConditions Master 00700-19 FAIDublic WorksIENGINEERING DIVISION PROJECTSM 736 IRC Health Department Roof Replacement ProjecIM-AdMIMBid DocumentsWaster contract Documents100700 - General Conditions Master.doc i.. ;t -a. 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.A2. 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 6.05.13. 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 Master 00700-20 F:IPublic Works%ENGINEERING DIVISION PROJECTSM35 IRC Health Department Roof Replacement Projecitl,4dmin0d DocumentsWastar Contract Documents\00700 -General Conditions Master.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'br-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 6.06.8), 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, ubcontracttors, 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 CondlUons Master 00700 - 21' ... . NPublic WorIMENGINEERING DIVISION PR6JECTS11788 IRC Health Department Roof Replacement ProjeiMI-Admin0d DocumentsWaster Contract Documenls%()0700 - General Conditions Master.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 td 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 ori 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 Master 00700-22 FAPubtlo WorksIENGINEERING DIVISION PROJECTSM361RC Health Department Roof Replacement ProjedkimAdmin\Bid DocumentsVAaaler CoMrad Documents\00700-Generai Conditions Master.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 anypart 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 Master "00700 -23 WOrkS%ENGINEERING DIVISION PROJECTSX17361Rc Health Depriment Roof Replacement Projectll,AdminlBld Dowm.enteWasler Contract Documents100700- General COrdlions Masler,doo. 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. tothe 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 14.07.8 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. art 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 Masted 00700 - 24 PAPublie tNeAMNGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement PrcJecll1-Admin161d DocunentsWaster ConUad Documents100700 -General Condillons Masler.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.. . 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. R Resubmittal Procedures 3. At the time of each submittal, CON- F: 1. CONTRACTOR shall make correc- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the tions required by ENGINEER and shall return Shop Drawing or Sample submitted may have the required number of corrected copies of from the requirements of the Contract Shop Drawings and submit, as required new Documents,•such notice to be in a written com- Samples for review and approval. CON- - munication separate from the submittal; and, in ....... ...... TRACTOR shall direct specific attention in addition, shall cause a specific notation to be writing to revisions other than the corrections made on each Shop Drawing and Sample sub- called for by ENGINEER on previous mitted to ENGINEER for review and approval of submittals. each such variation. 6.18 Continuing the Work 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. 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.. ' oono -General conditions Master 00700 - 25.. . F:\Public workslENGINEERING DIVISION PROJECTS\1736IRC'Health Department Roof Replacement Pr0Jeei117Ad1nfn\91d DocumentsWaster contract Documents=700- General Conditions Master.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: 1. 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: 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 anyway 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 1. is' attributable to bodily injury, sickness, disease, or death, or to injury to or 7.01 Related Work at Site destruction of tangible property (other than, the Work itself), .including the loss of use resulting A. OWNER may perform' other work related to therefrom; and the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700 - General Conditions Master _ 00700-26 F:1Publie WorksIENGINEERiNG DMSION PROJECTS1173$ IRC HeaNh Department ROd Replacement ProjedN AdmintBid DocuinenlslMasler Contract Documenis100700=Gerteral Conditions Master.doc f -- performed by utility owners. If such other work isnot 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. 7.02Coordination 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 mattersto be covered by such authority and responsibility will be itemized; and B. CONTRACTOR shall 'afford each other contractor who is a party to such a direct contract and 3. the extent of such authority and each utility owner (and OWNER, if OWNER is per- responsibilities will. be provided. forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable B. Unless otherwise provided in the opportunity for the introduction and storage of Supplementary Conditions, OWNER shall have sole materials and equipment and the execution of such authority and responsibility for such coordination. other work and shall properly coordinate the Work with theirs. ..Unless ..otherwise.._ provided in. the Contract Documents, CONTRACTOR shall do all cutting, ARTICLE 8 =OWNER'S RESPONSIBILITIES 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 8.01 Communications to Contractor other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise A. Except as otherwise provided in these altering their work and will only cut or alter their work General Conditions, OWNER shall issue all communi- with the written consent of ENGINEER and the others cations to CONTRACTOR through ENGINEER. whose work will be affected. The duties and responsibilities of CONTRACTOR under this 8.02 Replacement of ENGINEER paragraph are for the benefit of such utility owners and other contractors to the extent that there are A. In case of termination of the employment of comparable provisions for the benefit of ENGINEER, OWNER shall appoint an engineer to CONTRACTOR in said direct contracts between whom CONTRACTOR makes no reasonable OWNER and such utility 'owners and other objection, whose status under the Contract contractors.. Documents shall be that of the former ENGINEER. 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. 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 Master 00700-127 FAPublic Works\ENGINEERING DIVISION PR04ECTS\7736 IRC Health Department Roof Replacement Projedki-Adminit3id DowmentsN,aster.Contract Documents\00700 - General ,' Conditions Master.doc ,.. I . J 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 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 t Intervals appropriate to the various stages of construc- tion ' 9 E<: tion as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the c: quality of the various aspects of CONTRACTOR's; A. OWNER's responsibility in respect to certain executed Work. Based on information obtained !' inspections, tests, and approvals is set forth in during such visits and observations, ENGINEER, for paragraph 13.03.8. __ . thebenefit of OWNER, w1.ill determine, in general, if the 1. Work 1s proceeding in accordance with the Con .......... 8.09 Limitations on OWNER's Responsibilities tract Documents. ENGINEER will not be required to' j 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. 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 Master 00700-28 F:1Piblic W6ft%ENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement PMed\t-AdminlBld DowmentsWaster Contract Documents100700-General Conditions Master.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 quant - 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 sio decin 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 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 havebeen 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 Mester 00700-29 F:1Pub1Ic WorkstENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Projects-AdminSid DocumentslMaster Contract DocumentA00700 -General Conditions Masterdoe 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 haws 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 11 ..... 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 13.04.8. 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 Master 00700-30 FRublic Works\ENGINEERING DIVISIONTROJECTS11736 IRC Health Department Roof Replacement Pro)edN-Admin%Bld.Documents\Master Contract Documen4s100700 -General..*. Conditions Master.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 i>= than 30 days) after the start of the event giving rise k> thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be P pP g 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 s` to submit additional or more accurate data in support -ZI 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 12.01.13. A Claim for an adjustment in Contract Time shall be 4i prepared in accordance with the provisions of paragraph 12.02.B.Each Claim shall be accom- panied by claimants written statement that the adjust- ment claimed is the entire adjustment to which the i claimant believes it is entitled as a result of said event j The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of -tell, - 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 Master 00700-31 F.Tublic WorirsT-NGINEERING DIVISION PROJECTSM736 IRC Health Department Roof Replacement ProjedN-AdmirABid DocumentsWlester ContractDoouments=700- General Conditions Master.doc C. If ENGINEER does not render a formal 2. Cost of all 'materials and equipment l' decision in writing within the time stated in paragraph furnished and incorporated in the Work, includ- �« 10.05.13, a decision denying the Claim in its entirety Ing costs of transportation and storage thereof, shall be deemed to have been issued 31 days after and Suppliers' field services required in receiptof the last submittal of the claimant or the last connection therewith. All cash discounts shall submittal of the opposing party, if any. accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which �\ D. No Claim for an adjustment in Contract Price to make payments, in which case the cash ' == or Contract Times (or Milestones) will be valid if not discounts, shall accrue to OWNER. All trade- submitted in accordance with this paragraph 10.05. discounts, rebates ,and refunds .and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR ARTICLE 11 - COST OF THE WORK; CASH shall make provisions so that they may be ALLOWANCES; UNIT PRICE WORK obtained. 3. Payments made by CONTRACTOR 11.01 Cost of the Work , to Subcontractors for Work performed . by Subcontractors. If required by OWNER, CON- C A. Costs Included: The term Cost of the Work TRACTOR shall obtain competitive bids from means the sum of all costs necessarily incurred and subcontractors acceptable to OWNER and paid by CONTRACTOR in the proper performance of CONTRACTOR and shall deliver such bids to i== the Work. When the value of any Work covered by a OWNER, who will then determine, with the Change Order or when a Claim for an adjustment in advice of ENGINEER, which bids, if any, will be Contract Price is determined on the basis of Cost of acceptable. If any subcontract provides that the the Work, the costs to be - reimbursed to Subcontractor is to bep aid on the basis of Cost-_-._.- CONTRACTOR will be only those additional or of the Work plus a fee, the Subcontractor's incremental costs required because of the change in Cost of the Work and fee shall be determined the Work or because of the event giving rise to the in the same manner as CONTRACTOR's Cost Claim. Except as otherwise may be agreed to in of the Work and fee as provided in this para- writing by OWNER, such costs shall be in amounts no graph 11.01. higher than those prevailing in the locality of the Project, shall include only the following items, and 4. Costs of special consultants shall not include any of the costs itemized in para- (including but not limited to engineers, graph 11.01.13. architects, testing laboratories, surveyors, j attorneys, and accountants) employed for 4. PaYFGII GGStS f9F employees 'A the dir,oGt employ of GONTRACTOR in the services specifically related to the Work. peFfGF- 5. Supplemental costs including the GONTRAGTOR. Such employees shall inolude following: , a. The proportion of necessary trans- and 4341118F peFsennel employed full time at the travel, and subsistence expenses of Site. PayFell ooStS fQF employees not employed CONTRACTOR's employees incurred in dis- the basis ef theiF time spent 9R the Work. charge of duties connected with the Work. 3 Payroll Ggsts shall iRGlude, but not be , b. Cost, including transportation and salaFier, and wages plus the Gast of fr4np maintenance, of all materials, supplies, equip- , ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools ' eampeRsation, h not owned by the workers, which are consumed In the performance of the Work, and cost, less vasati market value, of such items used but not con- sumed which remain the property of CON-. legal holidays, shall be inGluded theabeve-49 TRACTOR. 00700-32 00700 -General 0onditions Master F:1Public WoeaWNGINEFRING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Projeclll-Admin0a Dowments\Masler Contract Documanl9100700 -General Conditions Mesterdoc :. ..:•:,:?;•:-r:-:�x�;:,... ...-_ .—.... I .... ....... ..:...... ......... .. c=_r:: ::•::=: >: •. :;= ::;;::_:: ::: .... - - .. -: J_. t.:.: =t I.. 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 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: necessary for the Work.= . 1. Payroll costs and other compensation d. Sales, consumer, use, and other of CONTRACTOR's officers, executives, princi- (of and sole proprietorships), similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and pals partnerships general managers, engineers, architects, Regulations. estimators, attorneys, auditors, accountants, and contracting agents, expediters, �== g 1=. e . Deposits lost for causes other than purchasing p timekeepers, clerks, and other personnel C_ employed by CONTRACTOR, whether at the negligence of CONTRACTOR, any Sub- directly or indirectly Site or in CONTRACTOR's principal or branch contractor, or anyone employed by any of them or for whose acts any office for general administration of the Work of them may be liable, and royalty payments and not specifically included in the agreed upon i tions referred to in schedule of job classifications and fees-for-permits.and_licenses..,-__ --- y---- -paragraph 11:01:A:1 or specifically covered- by---------- f. Losses and damages (and related t paragraph 11.01.A.4, all of which are to be I. administrative costs covered by the expenses) caused by damage to the Work, riot considered' CONTRACTOR's fee. compensated by insurance or otherwise, sus- h tained by CONTRACTOR In connec on the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.1)), 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 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.B. . 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 Master 00700 - 33 -'- F:1Pubtic Works\ENGINEERING DIVISION PRGJECTSN736 IRC Health Department Roof Replacement ProJedll-Admin\Bid Documents\Master CoMroct Docunten1s100700 -General Conditions Masterdoc, 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: 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 1. the allowances include the cost to CONTRACTOR is entitled to an increase in. CONTRACTOR (less any applicable trade Contract Price as a result of having incurred discounts) of materials and equipment required additional expense "or OWNER-- believes at" by the allowances to be delivered at the Site, OWNER is entitled to a decrease in Contract and all applicable taxes; and Price and the parties are unable to agree as to the amount of any such increase or decrease. 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 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 Master 00700-34 F.%Pt0ic WorkaIENGINEERING DIVISION PROJECTSUT361RC Health Department Roof Reptacement Pro )edH-Admin0d DocumenlsWaster Contrail Documenta100700- General Conditions Master 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 12.01.6.2, 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 12.01.0). C. CONTRACTOR's Fee: The CONTRACTOR's fee for.overhead and profit shall be determined as follows: 1. 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: 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. a...- for --costs-, .-incurred __under.. _ para- ............ _._..___.1.2,03 Delays Beyond _CONTRACTOR's Cont ........ __--- graphs 11.01.A.1 and 11.01.A.2, the, CONTRACTOR's fee shall be 15 percent; A. Where CONTRACTOR is prevented from 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 Her, 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 Her Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower Her 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 11.01.6; 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 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 DD700 - General Conditions Master 00700-35 F.Tublic WVd t W NGINEERING DIVISION PROJECTSH736 IRC Health Department Roof Replacement Projedhl-Adminted DocumentsWaster Contract Documents100700 • General Conditions MasleLdoc 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 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 t 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. 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 Master . 00700-36 F:tPublic Works%ENGINEERING DIVISION PROJECTSX17361RC Health Department Roof Replacement ProjecM-Atrnln0d DocumentslMaster Contract Documents\00700 - General Conditions Master.doc No _ • 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 Master . 00700-36 F:tPublic Works%ENGINEERING DIVISION PROJECTSX17361RC Health Department Roof Replacement ProjecM-Atrnln0d DocumentslMaster Contract Documents\00700 - General Conditions Master.doc .... ......:. t�. 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 OF ientity, GF aRy sus* faF; 9F employee OF agent e ate-e€�Lem: 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 ail 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). - portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that 13.07 Correction Period j such Work is defective, CONTRACTOR shall pay all ' Claims, costs, losses, and damages (including but not A. if within one yeaF fteF the date of Substantial limited to all fees and charges of engineers, architects, GempletiGR OF SUGh l0AgeF peAgd, of time as may be attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out -------------------- =- of-or-relating-to-such-uncovering,-exposure,-observa-_.-._-___ fiG — ---- -S ------ ----...-- --- --- - - ? tion, inspection, and testing, and of satisfactory , any bund replacement or reconstruction (including but not defeGfive, limited to all costs of repair or replacement of work of ' others); and OWNER shall be entitled to an y Laws and Regulations as appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, defective, GONTRA TOR shall prempfly, without OWNER may make a Claim therefor as provided in to OWNER and iA arseeFdanGe mO OWNER' paragraph 10.05. if, however, such Work is not found , of to be defective, CONTRACTOR shall be allowed an , the defeGfive increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, deferAive, observation, inspection, testing, replacement, and , to the reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may #Gm If CONTRACTOR does not promptly comply make a Claim therefor as provided in paragraph with the terms of such instructions, or in an 10.05. emergency where delay would cause serious risk of loss or damage, OWNER may have the defective 13.05 OWNER May Stop the Work 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 fails to s 61<411ed W9FWFS OF suitable fees and charges of engineers, architects, attorneys, FnateNals oF equipment, or fails to peFfbFm the WaFk 'A 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 TRAGTOR to Step the WGFk, OF any peirttion , replacement (including but not limited to all costs of eliminated; repair or replacement of work of others) will be paid by however-, this Fight of QVVNER to etop the WGFk shall CONTRACTOR. not give r4se to any duty en the paFt of OWNER to - 13. , the 00700 - General Conditions Master .00700-37 F:1Publlc WorWENGINEERING DIVISION PROJECT9%17361RC Health Depertfient Roof Replacement Projedtl,AdminlSid DocumenteWaster Contract Documenlst00700 - General :Corditions Masler.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§hall 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 theWork 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 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 Master 00700-38 F.Vublic WorkelENGINEERING OMSION PROJECTS%1736 IRC Health Department Roof Replacement ProjecRI-Admin0d DocumentsWaster ContractOocuments10070D -General Conditions Master.doc r 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 ENG(- 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 rionApplications 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'sreasons 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 Master 00700-39 R%Public WorkstENGINEERING DIVISION PROJECTSt17361RC Health Depa Anent Roof Replacement Projectll,AdminlBid:OowmenlsWiaster Contract Documentst00700 =General Conditions Master.doc .. ,....,...- :.. ..------- -- -- ------ parties that might entitle CONTRACTOR to be*.. 1. Ten rads afteF presentatiGn of paid additionally by OWNER or entitle OWNER it= to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of FeGOFArnended the pmyisien paragFaph 14 e, and wheFi E CONTRACTOR's Work for the purposes of due will be paid by QWNER to GQNTRAG recommending payments nor ENGINEER's != recommendation of any payment, including final D. Reduction in Payment' payment, will impose responsibility on ENGINEER to supervise, direct, or control the 1. OWNER may refuse to make Work or for the means, methods, techniques, payment of the full amount recommended by sequences, or procedures of construction, or ENGINEER because: the .safety precautions and programs incident thereto, or for CONTRACTOR's failure to a. claims have been made against comply with Laws and Regulations applicable to OWNER on account of CONTRACTOR's CONTRACTOR's performance of the Work. performance-or furnishing of the Work; Additionally, said review or recommendation will not impose responsibility on ENGINEER to b. Liens have been filed in connection make any examination to ascertain how or for with the Work, except where .r what purposes CONTRACTOR has used the CONTRACTOR has delivered a specific moneys paid on account of the Contract Price, Bond satisfactory to OWNER to secure the or to determine that title to any of the Work, satisfaction and discharge of such Liens; materials, or equipment has passed to OWNER free and clear of any liens. c. there are other items entitling OWN- ER to a set-off against the amount _ .. ......... _- ..... 5ENGINEER. may refuse to--recom--------- -------------recommended; or mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to d. OWNER has actual knowledge of the make the representations to OWNER referred occurrence of any of the events enumerated to in paragraph 14.02.B.2. ENGINEER may in paragraphs 14.02.B.5.a through also refuse to recommend any such payment 14.02.B.5.c or paragraph 15.02.A. or, because of subsequently discovered ;. evidence or the results of subsequent 2. If OWNER refuses to make payment inspections or tests, revise or revoke any such of the full amount recommended by payment recommendation previously made, to ENGINEER, OWNER must give such extent as may be necessary in CONTRACTOR immediate written notice (with ENGINEER's opinion to protect OWNER from a copy to ENGINEER) stating the reasons for loss because: such action and promptly pay CONTRACTOR any amount remaining after, deduction. of the a. the Work is defective, or completed amount so withheld. OWNER shall promptly Work has been damaged, requiring pay CONTRACTOR the amount so withheld, or correction or replacement; any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR ' b. the Contract Price has been reduced corrects to OWNER's satisfaction the reasons by Written Amendment or Change Orders; for such action. c. OWNER has been required to correct 3. If it is subsequently determined that defective Work or. complete Work in actor- OWNER's refusal of payment was not justified, dance with paragraph 13.09; or the amount wrongfully withheld shall be treated ' as an amount due as determined by paragraph the the 14.02.C.1. GGGUrFen6e of any of eyeAts enumer . 14.03 CONTRACTOR's Warranty of Tile i C. Payment Becomes D.Me A. CONTRACTOR warrants and, guarantees that title to all Work, materials, .and equipment covered ; by any Application for Payment, whether incorporated i. 00700 - General Conditions Master , 00700-40 F:1Public Woft%ENGINEERING DMSION ORO JECTS11736 IRC Health Department Roof Repleoement ProJect%1-AdminMd DocumentsNote.r Contract Documents%00700 - General Condltlons Master.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.. 1€ €P'.ol":€€1 considers- theAfefk Gampleflen whiGh shall fix the date of Substantial a, tentative lis; OF GOFFeGted befbFe final payment. GMER shall have seven days make wF'#eFi objerAen to ENGINEER as to aRy , ENGINEER will Wthin 14 days afteF submission of the ENGINEER vA!i within said 44 days exerute and GeFtffifiGale of Substantial Completion TOR a Witten FeGemmendation as to doy's*an of respensibilities pending Anal payment between OWNER and GONT-MGTOR with Fespeet to 613131:10ty, opemfion, safety, and pretertion of the , ana—QaaTante'es. unless GWNF=R and iAfbFm ENGINEER writing n inr in EAV'21AI ER's binding on OWNER and payment 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 Master 00700-41 F:1Public MrksIENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Projedll-Admin0d DocumentsWlastar Contract Docuinenls100700 - General Conditions Masler.doo compliance with the requirements of paragraph 5.10 regarding property insurance. 14.06 Final Inspection 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. . A. Upon written notice from CONTRACTOR that B. Review of Application and Acceptance the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a final 1. If,. on. the basis of ENGINEER's inspection with OWNER and CONTRACTOR and will observation of the Work during construction notify CONTRACTOR in writing of all particulars in and final inspection, and ENGINEER's review which this inspection reveals that the Work is of the final Application for Payment and incomplete or defective. CONTRACTOR shall accompanying documentation as required by Immediately take such measures as are necessary to the Contract Documents, ENGINEER is complete such Work or remedy such deficiencies, satisfied that the Work has been completed and CONTRACTOR's other obligations under_ 14.07 Final Payment the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of . A. Application for Payment the final Application for Payment, indicate in writing ENGINEER's recommendation of 1. After CONTRACTOR has, in the payment and present the Application for opinion of ENGINEER, satisfactorily completed Payment to OWNER for payment. At the same r< -all corrections identified during the final time ENGINEER will also give written notice to inspection and has delivered; in accordance OWNER and CONTRACTOR that the Work is with the Contract Documents, all maintenance acceptable *subject to the provisions of and operating instructions, schedules, guaran- paragraph 14.09. Otherwise, ENGINEER will tees;---Bonds;--certificates or -other evidence -of - return - --the - - Application for Payment to PP Y _ .... :_ insurance certificates of inspection, marked -up CONTRACTOR, indicating in writing the record documents (as provided in paragraph reasons for refusing to recommend final 6.12), and other documents, CONTRACTOR payment, in which case CONTRACTOR shall may make application for final payment follow- make the necessary corrections and resubmit Ing the procedure for progress payments. the Application for Payment. . 2. The final Application for Payment C. Payment Becomes Due shall be accompanied (except as previously delivered) by: (1) all documentation called for in 1. ThiFty days afteF the presentatien to the Contract Documents, including but not limited to the evidence of insurance required by deGumentatign, the am subparagraph 5.04.6.7; (ii) consent of the surety, if any, to final payment, and (iii) and, when due, will be paid by OWNE complete and legally effective releases or . waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection 14.08 Final Completion Delayed with the Work. A. If,, through no fault of CONTRACTOR, final 3. In lieu of the releases or waivers of completion of the Work is significantly delayed, and if Liens specified in paragraph 14.07.A.2 and as ENGINEER so confirms, OWNER shall, upon receipt approved by OWNER, CONTRACTOR may of CONTRACTOR's final Application for Payment and furnish receipts or releases in full and an recommendation of ENGINEER, and without terminat- affidavit of CONTRACTOR that: (i) the releases Ing the Agreement, make payment of the balance due and receipts include all labor, services, for that portion of the Work fully completed and material, and equipment for which a Lien could accepted. If the remaining balance to be held by be filed; and (ii) all payrolls, material and OWNER for Work not fully completed or corrected is equipment bills, and other indebtedness less than the retainage stipulated in the Agreement, connected with the Work for which OWNER or and if Bonds:. have been fumished as, required in OWNER's property might in any way be paragraph 5.01, the .written consent of the surety to responsible have been paid or otherwise satis- the payment of the balance due for that portion of the fied. If any Subcontractor or Supplier fails to Work fully completed and accepted shall be submitted 0070D- General Conditions Master 00700-42 FAPublic WorksIENGINEERING DIVISION PROJECTSt1736 IRC Haelth Deortment Roof Replacement Projed11-AdmiAld DocumentiWaster Contract Documents100700 - General Conditions Mastendoc 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 f unsettled Liens from defective Work 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. rom , appearing after final inspection pursuant to B. if one or more of the events identified in paragraph 14.06, from failure to comply with the paragraph 15.02.A occur, OWNER may, after giving Contract Documents or the terns of any special CONTRACTOR (and the surety, if any) seven days guarantees specified therein, or from written notice, terminate the services of CONTRACTOR's continuing obligations under CONTRACTOR, exclude. CONTRACTOR from the the Contract Documents; and Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction 2. a waiver of all Claims by CONTRAC- equipment, and machinery at the Site, and use the TOR against OWNER other than those same to the full extent they could be used by previously made in writing which are still CONTRACTOR (without liability to CONTRACTOR for ........------- -- fres ass or conversion , mco rate in the Work all unsettled; - - ___ __ ..__ p ). ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work materials and equipment stored at the baa, 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 isAnished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages '(Including but not limited to all fees and A. • At any time and Without cause, OWNER may charges of engineers, architects, attorneys, and other suspend the Work or any portion thereof for a period professionals and all court or arbitration or other of not more than 90 consecutive days by notice in dispute resolution costs) sustained by OWNER arising writing to CONTRACTOR and ENGINEER which will out of or relating to completing the Work, such excess fix the date on which Work will be resumed. CON- will be paid to CONTRACTOR. If such claims, costs, TRACTOR shall resume the Work on the date so losses, and damages exceed such unpaid balance, fixed. CONTRAGTOR shall be allowed an aojustmen CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their suspension makes a Claim theFefGF reasonableness and, when so approved by ENGINEER, incorporated. in a Change Order. When exercising any rights or remedies ' under this 15.02 OWNER May Terminate for Cause paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 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 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. . 007oo - General Conditions Master .00100-43 FAR&IIe Woft%ENGINEERING DIVISION PRO.IECTSN730IRC Health Department Roof RePlacement Projeelll-Admin%Bid DocunentsWaster Contrect DocumentsW(Y700 -General . _. Conditions Master.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 Application for Payment within 30 days after it is submitted, OF GWNER has failed fGF 30 days to Oa GONT-RAGTOR any sum finally deteFFnined to be due, 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. Work, plus fair and reasonable sums for A. Dispute resolution methods and procedures, if overhead and profit on such expenses; any, shall, be as set forth in the Supplementary Conditions. If no method and procedure has been set 3. for all claims, costs, losses, and forth, and subject to the provisions of paragraphs 9.09 damages (including but not limited to all fees and 10.05, OWNER and CONTRACTOR may. and charges of engineers; architects attorneys; - -exercise -such: rights or -remedies as either -may-- and other professionals acid all court or otherwise have. under the Contract Documents or by arbitration or other dispute resolution costs) in- Laws or Regulations in respect of any dispute. curved in settlement of terminated contracts with Subcontractors, Suppliers, and others; and ARTICLE 17 - MISCELLANEOUS 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, TRACTOR any sum finally deteFFAIned 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 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 fails 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 Master 00700-44 FAPublic WorkslENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Projechl,AdrolnUd Document6%Master Contract 130cuments\o0700- General Condlllons.Master.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 - Gerieral Conditions Master 00700-45 F.Tubllc Works\ENGINEERING DIVISION PROJECTSH 736 IRC Health Department Roof Replacement PrcJecl%1-Admint8ld DocumentsWaster Contract DocumentsW700 -General Conditlons.Masterdoc. is SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction SC —1.00=' Defined Terms SC —1.01' r<: Terminology SC —1.02 Before Starting Construction SC -2.05 Preconstruction Conference SC — 2,06 �t 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 t 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 i i Labor; Working Hours SC"— 6.02 Concerning Subcontractors, Suppliers and Others SC — 6.06 Permits SC — 6.08 i Cost of the Work SC —11.01 . 1 i t Test and Inspections - SC —13.03 I c OWNER May Stop the Work SC —13.05 i Correction Period SC —13.07 Progress Payments SC -14.02 Substantial Completion SC —14.04 00800-1 00800: Supplementary conditions 05-13 rev. 00800 IF:\Public WorkkNGINEERING DIVISION PROJECTS%17361RC Health.Departmenl Roof Replacement Projed11-Admin\Bid Documents%Master contract Oocuments100600 - Supplemerilary Cond(tlans 0513 rev. doe i ------------- ti.... . ..... ... .......... Final Payment OWNER May Suspend Work OWNER- May Terminate for Cause CONTRACTOR May Stop Work or Terminate Mediation, Liens SC —14.07 SC —15.01 SC —15.02 SC —15.04 SC —16.02 SC —17.06 ... END. OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ 0080041 ooBoo - supplementary Conditions 05-13 rev 00800 IIF..m-.bric WorliMENGINEEIRING DIVISION PROJECTSU 736 IRC Health Department Roof Replacement PrOJOchl -AdminkOld Do6uman[Master Contract Document6\00800 - Supplementary Conditions 0$-13 rev.dGc 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. Fumish, 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-ZO6.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 00800 1 F:10.ubllc WorWENGINEERING DIVISION PROJECTMI736 IRC Healy Department Roof Replacament ProJectll-AdminlBld DocumentsWaster Contract Documents=800 - Supplementary Conditions Oli-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. 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 ...... ._.._.........FUTNSUTA ............... ___ Rate established b ..Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensatiori 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 govem over scaled dimensions. 00800-2 00800 - Supplementary Conditions 05.4.1rev 00800 21FAllublIc WorkstENGINEERING DIVISION PROJECTSM36 IRC Health Department Roof Replacement Project\'I-Admin0d DewmentsWlaster Contrail Documents100860 - Supplementary Conditions 05-13 rev.doc ':7 .. .. .. _.. .t .. _.. _. SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.B: 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: SC -5.01 Performance, Payment and Other Bonds F 1:. SC -5.01.A. Delete paragraph GC -5.09.A in its entirety and insert the following paragraphs in its place: r 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 is check, cashier's check, irrevocable letter of credit or a security as listed in --- Part 11 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 CONTRACTORrs Liability Insurance \ SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04.B: 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 . 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: ooeoo-3 00800 - supplementary Conditions 05-13 rev . 00800 3F:1Publlc WorksIENGINEERINGDlVISION PROJECTSN73e IRC Healih DepaAment Root Replacement Pro}ectll-AdMIMBld Dooments\Master Contrail Dooumente\00800 - SupplemanlaryConditions OS -13 rov.doc 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: I- a. Owned Autos f`Y 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 leted and executed "Certificates of Insurance and Insurance r' Endorsement" forms in the exact wording and fonnat 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 Generaf 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). i 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 shah be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. Florida Department of Health -Indian River SC -6.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. 00800-4 00800 -Supplementary Conditions 05-13 rev 00800 417:1Public WorkstENGINEERING DIVISION P ROJECTS11 736 IRC Health Department Roof, Replacement ProjecAl•Adminl8ld DocumeniMaster Contract 96cuments100600 - Supplementary Condlllonc 0543 revdoc SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, 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 archife�ts); 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: 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a. Indian River County, Florida b. Florida Department of Health -Indian River 00800-5 00800 - Supplementary Conditions.05-13 rev 00800 5FNPuWIc Works%ENGINEERING DIVISION PROJECTSM30 IRC Health Department Roof Replacement Proje %I-AdminlBid DoeumenleVAacter. Contract. Document[ 00600 = Supplementary Conditions 05-13 rkdoc = 0 _ 3 i - ............ ........:... ...........-...---_...-.......: .i .. l . :j 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 S) 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 -6.02.13. Add the following paragraphs immediately after paragraph GC -6.02.B: 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 anyone 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. 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 00800-6 owoo - supplementary conditions 05-13. rev 00800 6F:1Public WoftIENGINEERING DIVISION PROJIFUS11736 IRC Health Department Roof Replacement Prol.eml-AdrnlnWid DocumentsWaster Contrail . DocumenlsWo80o - Supplementary Conditions 05.13 ray.doc A. City/County building permit application -Permit no. XXXXXXXXX 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 GG -11.01.A.1 in its entirety, and insert the following sentences in its place: 1. SC -13.03 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 ry 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._ to no„case ... hall. 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 l holidays, shall be included in the above to the extent authorized by OWNER. Test and Inspections SC -13.03.B. Delete paragraph GG -13.03.B 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 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 13.03.1) 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 13.04.13; 3. tests otherwise specifically. provided in the Contract Documents. SC -13.06 OWNER May Stop the Work 00800-7 00800 - Supplementary Conditions 05-13 rev 00800 7F:,Puhlic WorkstENGINFERING DIVISION PROdECTSH736 IRC Health Department Roof Replacement Projectll-AdminlBld.DpcumentsWaster Contract .. Documents\00800 - Supplementary Conditlons 05-13 rev.doc - - ................. ........... ._* ....... 3.05.A13.05.A in its entirety and.insert the following paragraph in its -1 . Delete paragraph GC, SC 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, orfails 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 IF 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 p . ...... ......... ......... of .the Contract. Documents, an Work Is found to be defective, or if the repair of Documents, ..... ... 'y ... . ... ...... ............. ..... .......available fdtCONTRACTORsuse-by- any damages to the land or areas made 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 OWNERs 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 -13.07 B. Delete paragraph GC -13.07.B in its entirely. 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 Rem may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 00800-8 -13 rev 00800 - Supplementary06nditions 05 0080.0 Bp - %public WorksXE14GINEERINGOIVISION PROJECTSM36 IRC Health Department Root Replacement projectlI.Admin%tild DocumentsWilstot Contract D . oN.Ments%0080.6 - supplementary Conditions 65-13 rev.doc 1 SCA 4.02 Progress Payments SC -14.02.B.5.. Delete paragraph GC -14.02.8.5.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 -14.02.8.5: 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 testinglaboratory 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 atter 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 the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.046 Add the following new paragraph immediately after paragraph GC 14:048: - 00800 s 00800 - Supplementary conditions 05=13 rev 00800 9F.-Wu61i6Wor6TNGINEERING DIVISION PROJECTS1Wi6 IRC Health Department Roof Replacement F(i#cl\1-AdminlBld Doaunw"sWasler Contract Documenls=800- Supplementary Conditions 05.13 rev.doe 1-' r:< 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, C` safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees SC714.07 Final Payment SG14.07.C.1. Delete paragraph GC -14.07.C. in its entirety and insert the following paragraph in its place: �z 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 i CONTRACTOR shall nofbe paid on account of loss of- icipated 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 ` SC -15.02.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. SC45.04 CONTRACTOR May Stop Work or Terminate SC -15.04 Delete the following text from the first sentence of paragraph GC-15.04.A:OF GWNER fh-ils- fOr 2-0- cd-mys to pay CONTRAGTOR any sum finally determined to be due, I i SCA 5.04 Delete the following text from the second sentence of paragraph GC -15.04.A: failed feF 30 days pay GONTRAGTGR aRy sum finally deteFiTlined to be due; 00800-10 00800 - Supplementary, Conditions 05-13 rev 00800 10P:1Public Works%ENGINEERING DIVISION PROJECTSM36 IRC Health Department Roof Replacement ProJed11-Adrhm%.8 d DocumenlsWaster Contrail Documents100800 - Supplementary Conditions 0513 rev.doc 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 19th 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 SC47.06 Liens Add the following new paragraphs immediately after paragraph GC 17.05. 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 Countv and are sect 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++ 00800-1.1 00800 - Supplementary Conditions 05-13 rev 00800 11 RIPuEllc Works\ENGINEERING DIVISION PROJECTSM361RC Health Department Roof Replacement Projectll-Adminl8ld DooumimIsNastef Contract Documents\00800- Supplementary C=fltlons 05-13revdoc . SECTION 00942 -.Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE: . OWNER: Indian River County CONTRACTOR Project: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT OWNER's Project No. IRC -1736 OWNER'S Bid No. 2018013 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 00942-1 F.%Publlo WWWENGINEERINO DIVISION PROJECTS11730IRC'Healln Department Roof Replacement Projecl\1,f+dminMld DoamentslWaster Contract Dooumenlst00942 - Change Ordet,F4rtn REV 04-07.doe Rev. 05/01 . ............ .......... SECTION 00946 -Field order Form Field Change No.: DATE OF ISSUANCE:., EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project. IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT OWNER's Project No. IRC -1736 OWNER'S Bid No. 2018013 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition Contractor's Onsite Supervisor (Signature) Date Distribution: Field Operations Officer Others as Required. On-site Supervisor Project File END OF SECTION 00946 - Field Order Form REV 04-07, FAPublic Works\ENGINEE rm REV 04-07.doc RING DIVISION PROJECTSkl-7'36IRC Health Department Roof.Repladement Projectki-Admin\Bid DocumentsWaster contract Documents100946 - Field Order Fo DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT OWNER's Project No. IRC -1736 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 Method of determining change in Contract Prices Contract Times 0 Unit Prices Q Contractor's Records 0 Lump Sum 0 Engineer's Records Other. 0 Other: — 0 By Change Order: 0 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: .1 J APPROVED: By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date: * * END OF SECTION PAPublic WorksTNGINEERING DIVISION PROJECTSM736 IRC Health. Department Roof Replacement ProJect\1-AdminlBid -2013.doc DocumentsWiaster Contract Documents\00948 - Work Change Directive: Rev 06 .... .. ..... SECTION. 00948 - Work Change Directive No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT OWNER's Project No. IRC -1736 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 Method of determining change in Contract Prices Contract Times 0 Unit Prices Q Contractor's Records 0 Lump Sum 0 Engineer's Records Other. 0 Other: — 0 By Change Order: 0 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: .1 J APPROVED: By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date: * * END OF SECTION PAPublic WorksTNGINEERING DIVISION PROJECTSM736 IRC Health. Department Roof Replacement ProJect\1-AdminlBid -2013.doc DocumentsWiaster Contract Documents\00948 - Work Change Directive: Rev 06 TITLE SECTION NO. SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 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:\Public Works\ENGINEERING DIVISION PROJECTSM36 IRC Health Department Roof Replacement Projechl-Admin\Bid DocumentsWaster Corilydol-Documents\OIVISION 1 GENERAL REQUIREMENTS.doc ' ..... ....... .:.. t.-_: - -. t __.-... ..-.....-- i 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1738 IRC Health Department Roof Replacement Project\1-AdminUd DocumentsWaster Contract Documents\01009 - Special Provisions.doc SECTION 01.024 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 + + W 010241 FAPublic Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement. Project\t-Admin\Bid DoeumentsWaster Contract Documents\01024 - Force Account.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 FED.SPEC. Federal Specifications 01091-1 01091 Reference Standards RAPublic Works\ENGINEERING DNISION PROJECTSM36IRC Health Department Roof Replacement Project\l-Admin\Bld Documents\Master Contract Documents101091- Reference Standardsdoc -- -------- --- k., 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. Underwriters 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 FAIPublic WorkskENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Pr0jectk1-Admln\Bld DocumentsWaster Contract Documents\01011 - Reference Stwdards.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 F:\Public WorkMENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin0d - Documents\Master Contract Documents\01215 General Quality.doc 1.5 PROJECT PHOTOGRAPH SNI DEOS 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 FAPubIIc Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health. Department Roof Replacement Project\1-Admin\Bld DocumentsWaster Contract DocumentsM 215 General Quallty.doc ., ` 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 lo, 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:1Pubt1c WorWENGINEERING DIVISION PROJECTS\17361RC Health Department Roof Replacement Projectll-AdminWd DocumentsWasterContract Documents\01220 - Progress Meetings.doc r:.: .:.........:::::: SECTION 01.220 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 lo, 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:1Pubt1c WorWENGINEERING DIVISION PROJECTS\17361RC Health Department Roof Replacement Projectll-AdminWd DocumentsWasterContract Documents\01220 - Progress Meetings.doc .C.; _ ___ _ ___ =1 .... _...._.. 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:\Public Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin\Bld Documents\Ntaster Contract Documents\01310 - Construction Schedule.doc .i _.... _..... _ ----- - - A SECTION 01310 CONSTRUCTION SCHEDULES i t. f 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. ° t 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. 01310-2 01310 Construction Schedule i F:\Public Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Projechl-Admin\Bid DocumentslMaster Contract Documents\01310 - Construction Schedule.doc i I i t 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 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. 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. 01340 - Submittal of Shop Drawings 01340>1: _ . F:1PubIIc Works1ENGINEERING DIVISION PROJECTSM36 IRC Health Department Roof Replacement Projec81 Admin\Bid DocumentslWaster Contract Documents101340 - Submittal of Shop DraWngs.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 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 01340-2 FAIDublic Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin\BEd DooumentsWaster .....n.n n..l....iNnl M Qh. .rlrourinnC Ann 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: 0 [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings 01340-3 P Tubllc WorksIENGINEERING DIVISION PROJECTSM361RC.Health Department Roof Replacement ProjecM-Admin\Bld DocumentsWlaster Contract Documents\01340 - Submfttal of Shop Drawlpgs,doc SECTION -01340 .SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: IRC HEALTH DEPARTMENT ROOF REPLACEMENT PROJECT Project No.: IRC -1736 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub -Contractor: Remarks: Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: IRC Engineering Division Date Recd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: . IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings 01340-4 FAPublic WorWENGINEERING DIVISION PROJECTSM36 IRC Health Department Roof Replacement ProjectA/ Admfnleld DocumentslMaster Contract Documents1o1340 - 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, three (3) copies will be returned to CONTRACTOR with one of the following notations: 1. "Revise and Resubmit' 2. "Not Approved" 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. 01340 - Submittal of Shop Drawings 01340-5 F:1Public WorksTMINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1 Admin18ld Dooumentswaster cuL...d1M1 nF ¢tinn [lrawinnc ASR - .. SECTION 01340 SUBMITTAL OF SHOP DRAWINGS N. Work shall not be performed- nor equipment installed with an ENGINEER "Approved". or "Approved as Noted" Shop Drawing. 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 requiring Shop Drawings which have not yet received approval.by the ENGINEER shall not be installed on the project. 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 01340-6 F:tPublic WorksIENGINEERING DIVISION PROJECTS11738 IRC Health Department Roof Replacement Project\t Admin\Bid Documentswaster Contract Documentst01340 - 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:1Public Works\ENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Projectl1 Admin0d DocumentsWlaster Contract Documents\01520 - Construction Facilities.doc i 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:\Public Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin\Bid Documents\Master Contract Documents\01520 -Construction Facllities,doc ------------ SECTION 01541 i_. PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall. be responsible for taking all precautions, providing all k' 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. f 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.undul Interfere with the progress of the Work or the `= Y � p 9 Work.of any other Contractor or utility service company. c_ 2. Provide suitable storage facilities for all materials, which are subject to injury G by exposure e to weather, theft, breakage, or otherwise. xp g � 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 L 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 CONTRACTOR's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 1.3 TREE AND PLANT PROTECTION 01541-1 F:\Public WorWENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Adm1n\5id Documents\Master Contract Documents\01541 - Protection of.Property.doc SECTION 01541. k: PROTECTION OF THE WORK AND PROPERTY A. Protect existing trees, shrubs and plants on, or adjacent to the site that -are shown :ordesignated 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. Irrigation systems partially within the right-of-way of 58th Avenue and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1736-IRC Health Department Roof Replacement Project\1-Admin\Bid DocumentsWaster Contract Documents\01541 PKY•- Protection of Pio a doc I i 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 resumed. Before disconnecting and pipes or cables, the CONTRACTOR 01541-3 FAPublic Works\ENGINEERING DIVISION PROJECTSM36 IRC Health Department Roof Replacement Projectll-AdmjD\Bid.Documents\Master Contract Documents\01541 - Protection of Property.doc 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 permanentrelocation 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 WorkMENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1=Admin0d Documents\Master Contract .D. ocuments\01541 - Protection of. Property.doc ------------ 1 SECTION 01541 PROTECTION OF THE WORK AND PROPERTY i< 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES r 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 PROJECTSM36'IRC Health Department Roof Repiaoement Projedl1-Adminl8id DocumentsWlaster Contract Documents101541 - 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. 01550 Access Roads. .01550-1 F:\Public WorWENGINEERING. DIVISION PROJECTS\1736 IRC Health Department Roof •.Replacement Project\1-Admi-\Bid.. DocumentsWasterC.ontract Documenmo1550- Access.koads.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 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 01550-2 FAPublic. Works\ENGINEERING DIVISION. PROJECTS\1736 IRC Health Department Roof Replacement Project\1-AdminSid . DocumentsWaster Contract Documents\01550 - Access. Roads.doc 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 FAPublic Works\ENGINEERING DIVISION..PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin\131d DocumentsWaster Contract Documents\0.1610 -Transportation and Handling of Materials and Equipmentdoc SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 0 G. Immediately on delivery, 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:1Public WorkMENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Project\1-Adminti13ld Documents\Master Contract Documents101610 - Transportation and Handling of Materials and Equipment.doc --------------- :1 . _:.:•....:.. .. ..... .. ...........�:.:.._ � i'::: is ••.. __:�: : -_.:., :.. - - _ .�.:v: i::::.:: -?::•z .::•. �..�::::.... .. 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:\Public Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health. Department Roof Replacement Project\1-Admin\Bid Documents\Master Contract Documentsk01611 - 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: , ..I. 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 FAPublic. WorksIENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin\13id DocumentsWaster Contract Documents\01630 - Substilutions.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:\Public Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\1-Admin\e1d Documents\Master Contract Documents\01630 - Sut�stltutions.doe 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:\Public WorkMENGINEERING DIVISION PROJECTS\17361RC Health Department Roof. Replacement Project\1-Admin\13id 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 theprogress 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 andin fresh and new - appearing condition. .01710 Site Cleanup 01710-1 F:XPublic workseNGINEERING DIMS 1104 0R0JECTS11736 IRC Health Department Roof Replacement Projectll-AdminZid DocumentsWaster Contract DocumentsM710 - 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. I. 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 FAPublic Works\SNGINEERING DIVISION PROJECTS\7736 IRC Health Department Roof Replacement Project\1-AdmIMBId Documents\master Contract Documenis\01710 - Site Geanup.doc y •:i 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. I. 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 FAPublic Works\SNGINEERING DIVISION PROJECTS\7736 IRC Health Department Roof Replacement Project\1-AdmIMBId Documents\master Contract Documenis\01710 - Site Geanup.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. I 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 01770-1 FAPublic WorWENGINEERING.DMSION PROJECTS\1736 IRC _Health Department Roof Replacement Prof eG\1-Admin\Bid DocumentsWtaster 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 wails, floors, equipment, and building systems. 01710 Slte Cleanup :.. 01770-2 17:1Public WortcstENGINEERING DIVISION PR6JECTSt1736 IRC Health Department Roof Replacement Projectk1-AdminlBid DocumentsWaster Contract Documents101770- 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 i 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. 0.1710 Sao Cleanup 01770-3 F:\Public WorWENGINEERING DIVISION PR6JECTS11736 IRC Health Department Roof Replacement Project\1-Admin\BId DocumentsWlaster Contract Documents\01770- Closeout Procedures.doc. I 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 forfinal 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 01770-4 FAPublic Works\ENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement ProJecA1-Adm1n\Bid Documents\Master Contract Documents101770-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 01770-5 I'APubllc Works\ENGINEERING DIVISION PROJECTSt1736 IRC Health Department Roof Replacement ProlecM-Admin\Bld DocumentsWlaster . Contract Documents101770• Closeout Procedures.doc - I: I 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 F:\Publlc Works\ENGINEERING DIVISION PROdECTS\1736 IRC Health Department Roof Replacement Project\1-AdmiMBid DocumentsWlaster Contract Documents\01781 -Project Record Documents.doc =i i 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. 1. 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. 1. Preparation: 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 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 NPublic Works\ENGINEERING DNISIQN PROJECTS\17361RC Health Department Roof Replacement Project\1-Adminl131d DocumentsWlaster 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 FAPublk Works\ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Project\11Admin\B1d DocumentsWaster Contract Documents\01761- Project Record Documents.doc - -- - :i c-•:-- 1 i 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�. F:%PUblic WorkMENGINEERING DIVISION PROJECTS11736 IRC Health Department Roof Replacement Project\1-Admin%id DocumentsWlaster 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 . 001820-1 F:1Public Works\ENGINEERING pIVISION PROJECTS117361RC Health Department Roof Replacement Projacltl-Ndminl8id DocumentsWasler Contract DocumentADD1820 - Post Flna Inspection rev 05-13.doc PROJECT MANUAL FOR Indian River County Health Department Roof Replacement & Exterior Repair June 5, 2017 REI PROJECT NO. 16TPA-008 REI ENGINEERS 10150 Highland Manor Drive, Suite 200; Tampa, FL 33610 PHONE 813.944.2137 FAx 813.314.2196 COA #26860 ROOFING, WATERPROOFING AND BUILDING ENVELOPE ENGINEERS AND CONSULTANTS WwW niengineers.com AN EMPLOYER -OWNED COMPANY i i ' j SECTION 00 0107 SEALS PAGE DN: cnDMarklRenningeryo=REIEnginle res +++��Q�RENN.Nq!!�� ou,emall=AlertsMER@gmall.com,c- . �0+�`3.•'��DENSF Reason: This Item has been electronlca. . Z. �- . • No 79869 PROFESSIONAL ENGINEER signed and sealed by Mark Renninger, PEp this date using a Digital Signature. Prife tt 2 copies of this document are not consI re � 5� STATE OF signed and sealed and the signatu p be verified on any.electron e'copie !�� � . (, p R 4�Q�,���,�+. 1Oate: 2017.06.071 ff 0 Adobe Acrobahet lon- 1.0. 3 END OF SECTION 00 0107 Indian River County Health Department Roof Replacement &: Exterior Repair 000107-1 Seals Page SECTION 00 0110 TABLE. OF CONTENTS t==' DIVISION 00 PROCUREMENT AND CONTRACTING. REQUIREMENTS t= Introductory Information 00 01 01 Title Page 00 01 07 Seals Page 0001 10 Table of Contents = 00 01 15 List of Drawings. Project Forms 00 60 00 Project Forms 00 62 33 Roofing Manufacturer's Acknowledgement 00 63 25 Substitution Request Form 00 65 36 Contractor's Twenty -Year Warranty . 0 6537 Asbestos FreeWarranty DIVISION 01 GENERAL REQUIREMENTS 1 1100 Summary of Work 01 1400 Work Restrictions f 01 22 00 UnitPrices 012500 Product Substitutions' 013100 Project Management and Coordination 01 33 00 Submittal Procedures 014000 Quality Requirements 01 42 00 References 01 50 00 Temporary Facilities and Controls 01 73 29 Cutting and Patching 01 74 00 Cleaning and Waste Management 017700 Closeout Procedures DIVISION 05 METALS 5 3123 Steel Roof Deck Repair andSecurement DIVISION 06 WOOD, PLASTICS AND COMPOSITES 6 1000 RoughCarpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION . 7 0150 Preparation for Reroofing 0722.16 Roof Insulation 07 52 16 Modified Bitumen Roofing 07 62 00 Sheet Metal Flashing and Trim 07 72 00 Roof Accessories DIVISION 09 FINISHES 090190 Elastomeric Coating Restoration DIVISION 22 PLUMBING 22 14 00 Storm Drainage ' CONTRACT DRAWINGS END OF SECTION 00 0110 Indian River County Health Department Roof Replacement & Exterior Repair, 00.0110 Table of Contents i SECTION 00 0115 LIST OF DRAWINGS PART GENERAL The following drawings and details are included as part of the Contract Documents: Drawing Description Date Rl Roof Plan 06-05-2017 R2 Attachment Plan 06-05-2017 Wl Wall Elevations 06-05-2017 Dl Roof Details 06-05-2017 D2 Roof Details 06-05-2017 D3 Wall Details 06-05-2017 END OF SECTION 00 0115 Indian River County Health Department Roof Replacement & Exterior Repair 00 Ol 15-1 SECTION 0060 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 Indian River County Health Department Roof Replacement & Exterior Repair 00 60 0671. Project Forms SECTION 00 62 33 ROOF MANUFACTURER'S ACKNOWLEDGMENT Owner: Indian River County Project Name: Indian River County Health Department Roof Replacement & Exterior Repair Project Address: 1900 27fi' 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 June 5, 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 Manufacturers Company Name lwui ividuumuLurGr r%.VPTV:saUL uVV b 01 LIMULU UdLu Roof Manufacturer Representative's Name Title Roof Manufacturer's Address Telephone Facsimile . END OF SECTION 00 62 33 Indian River County Health Department Roof Replacement & Exterior Repair 00 62 33-1 :Roof Manufacturer's Acknowledgement I SECTION 00 63 25 SUBSTITUTION REQUEST FORM Project Date: Bid Opening Date: Product and / or Fabrication Method: Specification Section: Related Drawings: 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 Indian River County Health Department Roof Replacement & Exterior Repair 006325-1. Substitution Request Form �.. SECTION 00 65.36 CONTRACTOR'S 20 -YEAR WARRANTY Know all men by these presents, that we, (Contractor) having installed roofing system, flashings and sheet metal on the Indian River County Health Department Roof Replacement & Exterior Repair Project under contract between Indian River County (Owner) and Contractor, warrant to the Owner with respect to said work that for a period of twenty (20) 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 workto 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 twenty (20) 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 blisters, wrinkles, fish -mouths, ridges, splits and loose flashing in a manner compatible to the system and acceptable under industry standards and general practice as established by the Engineer. Contractor shall attend two post construction field inspections: the first no earlier than twenty three (23) months and no later than twenty-four (24) months after the date of final Completion and the second no earlier than fifty-nine (59) months and no later than sixty (60) months after the date of Final Completion. Contractor shall complete any corrective action requested by Owner, Engineer, or Manufacturer at no additional cost to the Owner. Signature: Title: Stafe County 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 expifes • 20 -- END OF 0_.. ENDOF SECTION 00 65 36 Indian River County Health Department Roof Replacement & Exterior Repair 00:65 364 Contractor.'s 20 --Year Warranty SECTION 00 65 37 ASBESTOS FREE WARRANTY Owner: Indian River County Project Name: Indian River County Health Department Roof Replacement & Exterior Repair Project Address: 1900 27h St., Vero Beach, Florida 32960 Project Manual Date: June 5, 2017 Date of Substantial Completion: Know all men by these present that Nye, (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: If there are no exceptions, state "No Exceptions" here. Signature: Title: State County 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 Indian River County Health Department Roof Replacement & Exterior Repair. 00 65 37-1 Asbestos Free Warranty . s SECTION 00 65 37 ASBESTOS FREE WARRANTY Owner: Indian River County Project Name: Indian River County Health Department Roof Replacement & Exterior Repair Project Address: 1900 27h St., Vero Beach, Florida 32960 Project Manual Date: June 5, 2017 Date of Substantial Completion: Know all men by these present that Nye, (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: If there are no exceptions, state "No Exceptions" here. Signature: Title: State County 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 Indian River County Health Department Roof Replacement & Exterior Repair. 00 65 37-1 Asbestos Free Warranty SECTION 011100 SUMMARY OF WORK PART 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 Health Department Roof Replacement & Exterior Repair B. Project Address: 1900 27d' St., Vero Beach, Florida 32960 C. Owner: Indian River County D. Engineer: The Contract Documents, dated June 5, 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 moisture leakage into the system occurs. In general, the scope of work in the Base Bid will include: 1. Roof Replacement — Sectors A, B, C, F, G, I, J & K (Approximately 20,712 square feet): Remove and dispose of the existing roof systemincluding flashings and sheet metal down to the existing light weight insulating concrete deck; resecure the existing parapet nailers to remain in place; provide new wood nailers where indicated in Contract Drawings; mechanically attach base sheet; torch apply two -plies modified bitumen roof membrane and provide new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. 2.. Roof Replacement — Sector D (Approximately 2,520 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing steel deck;. resecure the existing parapet nailers to remain in place; provide new wood nailers where indicated in Contract Drawings; re -secure steel deck to structural framing members; provide tapered insulation system with two base layers of 2" roof insulation; provide tapered insulation crickets where indicated in Contract Drawings; mechanically attach gypsum overlayment; torch apply two -plies modified bitumen roof membrane and provide new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. Remove existing roof drains. Provide new roof drains_ connected to existing plumbing. 3. Roof Replacement — Sector E (Approximately 753 square feet): Remove and dispose of the existing roof system including concrete topping slab, flashings and sheet metal down to the existing structural concrete deck; resecure the existing parapet nailers to remain in place; provide new wood nailers where indicated in Contract Drawings; raise door thresholds as required to obtain 8" flashing height; prepare concrete deck and provide vapor retarder; adhere two layers of 2" Indian River County Health Department. Roof Replacement & Exterior Repair 01 11 00-1 Summary of Work f: - insulation in foam adhesive; provide tapered adhered insulation crickets where . indicated in Contract Drawings; adhere gypsum overlayment board in foam j adhesive; torch apply two -plies modified bitumen roof membrane and provide new sheet metal flashings and accessories to provide a complete, watertight, 20 - year warrantable roof system. 4. Roof Replacement — Sector H (Approximately 525 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing steel deck; resecure the existing parapet milers to remain in place; provide new wood nailers where indicated in Contract Drawings; re -secure steel deck to structural framing members; provide two layers of 2" roof insulation; provide tapered insulation crickets where indicated. in Contract Drawings; mechanically attach gypsum overlayment; torch apply two -plies modified bitumen roof membrane and provide new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. 5. Roof Replacement — Sector L (Elevator Access Cover) (Approximately 121 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural concrete deck; prepare concrete deck and provide vapor retarder; provide tapered adhered insulation crickets where indicated in Contract Drawings; adhere gypsum overlayment board in foam adhesive; torch apply two -plies modified bitumen roof membrane and provide new sheet metal flashings and accessories to provide a complete, watertight, 20 -year warrantable roof system. 6. Exterior Walls (Approximately 15,000 square feet): Waterblast wall surface; identify delaminated sections of existing cementitious coating and remove down to the existing concrete masonry unit (CMU) walls and provide replacement stucco coating; install new cementitious coating as required to provide a wall surface that matches surrounding; prime the walls with elastomeric primer, install new two coat elastomeric coating system; provide new sealants and accessories to provide a complete, watertight, wall assembly. 7. Exterior Joint Sealant Replacement: Remove and 'install sealant at exterior window perimeter joints, window frame to glass joints at North/South stairwells, horizontal stucco channel screed, exterior door frames and exterior vents. F. 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. G. General requirements and specific recommendations of the material manufacturers are included as part of these specifications. 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 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, Indian River County Health Department Roof Replacement & Exterior Repair 011100-2 Summary of Work ...... .-.. 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 Permits: 1. The Contractor shall be responsible for all hot work and hot work monitoring. The Contractor shall be responsible for coordinating hot work with Owner. 2. Hot work shall not be - initiated until written approval from Owner has been provided to the Contractor. 3. The Contractor shall be responsible for complying with the Hot Work Permit program, and ensuring all required precautions are met. 4. The Contractor shall be responsible for the hot work operations of their. subcontractors, and shall monitor hot work operations conducted by their subcontractors. 5. When Hot Work Permits are not provided by Owner, the Contractor shall utilize their own "in-house" hot work permit program to record and monitor hot work operations, including providing monitoring the area after hot work is completed. C. Work Area: 1. The Contractor shall inspect conditions listed on the Hot Work Permit. 2. The Contractor shall he responsible for inspecting the work area prior to beginning work. The Contractor shall notify the Owner of unsatisfactory conditions, and ensure conditions are satisfactory to proceed with work. 3. Where torch application is specified, and fire safe conditions cannot be assured by the Contractor, the Contractor shall notify the Owner, the Engineer and Manufacturer immediately to develop alternate methods of material application to ensure fire prevention. Operations shall not proceed when unsafe conditions are found. 4. The Contractor shall seal all building openings to prevent flames or burning debris from entering concealed -spaces and building interior. All openings, roof deck joints, curbs; ducts, etc. shall be stripped or otherwise sealed and protected. Wood materials shall be protected as required to eliminate direct flame exposure from torch. Alternate methods of application are encouraged where fire prevention measures cannot be fully assured by the Contractor. 5. The Contractor shall disconnect air handling equipment in the hot work area as required to prevent smoke and flames from being pulled into the building and equipment. This shall be coordinated 48 hours in advance with the Owner before disconnecting equipment. 6. The Contractor shall remove all other combustibles from the hot work area. Remove all solvents, roofing adhesives, roofing cement, and all other flammable Indian River County Health Department Roof Replacement & Exterior..Repair 01 11 00-3 Summary of Work liquids from the hot work area. D. Fire Watch: 1. The Contractor shall provide fire watch personnel to closely monitor and inspect the work area and adjacent areas for fires, smoldering materials, hot surfaces and smoke. 2. The Contractor shall inspect and monitor the area between the roof deck and ceiling during and after hot work. 3. The Contractor shall monitor conditions for the period of time specified by the Hot Work Permit, and as conditions dictate. The work area and adjacent areas shall be monitored no less than one hour after hot work has ceased. The time period shall be recorded by the Contractor. 4. The Contractor shall provide designated fire watch personnel to monitor interior conditions and exterior conditions during, and after, hot work operations. 5. The Contractor shall be responsible for property training and instructing fire watch personnel of their responsibilities and duties. 6. Fire watch shall meet the Owner's requirements as dictated by the Hot Work Permit Program. 7. Contractor shall monitor the work area and. building interior, and coordinate monitoring .process with the Engineer and Owner 48 hours in advance of hot work. Contractor shall ensure proper, hot work procedures are maintained in all curbs, ducts, concealed spaces and building interior. E. Torch Training: 1. Torch operators shall be trained in accordance with the current published requirements of the Certified Roofing Torch Applicator (CERTA) Program. The CERTA Training Program may be obtained from NRCA/MRCA, 10255 W. Higgins Rd. Suite 600, Rosemont, IL 60018-5607. F. Torch Equipment: 1. Torches shall not have pilot flames. The torch flames shall go out when the trigger is disengaged. Torches shall be of the "dead -man" type "trigger on/trigger off operation." 2. Equipment, valves, regulators, tanks, hoses and all associated equipment shall be properly stored and handled, and maintained as required by the respective equipment manufacturer and other applicable requirements. G. Fire Prevention and Fire Safety: 1. Fire prevention and firesafety 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 Indian River County Health Department Roof Replacement & Exterior Repair O1 1100-4 Summary of Work 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. B. 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 b 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. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 011100 Indian River County Health Department Roof Replacement & Exterior Repair 01.1100-5 I SECTION 0114 00 WORK RESTRICTIONS GENERAL 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 (except concrete slab removal) 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. . B. All concrete slab removal work shall be performed only on Saturdays and Sundays, unless specifically approved otherwise by the owner. 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. 4. Control odors from air intakes so that building occupants are not affected. 1.06 USE OF PREMISES Indian River County Health Department Roof Replacement & Exterior Repair 011400-1 -W ork Restrictions 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 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. 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. 51 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 1. 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. 2. 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 Indian River County Health Department Roof Replacement & Exterior Repair.. 01.1400-2 Work Restrictions t t: ............ ......... 1. 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 other acts of this -nature be tolerated. B. Drug Free Policy 1. 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 1. 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 0114 00 Indian River County Health Department Roof Replacement & Exterior Repair -.01 14 00-3 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 ork 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 3.01 SCHEDULE OF UNIT PRICES A. Unit prices for the items indicated below shall be provided on the Bid Form. Indian River -County Health Department Roof Replacement & Exterior Repair 01 22 00-1 Unit Prices ........:. ........:: 1. UP -1: Repair steel deck, up to Corrosion Degree #1, with rust inhibitive coating. Refer to Section 05 3123. a Unit of Measurement: Square Foot (SF) 2. UP -2: Repair steel deck, up to Corrosion Degree #2 with 18 GA steel, plates. e Refer to Section 05 3'123. a. Unit of Measurement: Square Foot (SF)' 3. UP -3: Repair steel deck, up to Corrosion Degree #3, with 16 GA steel plates. Refer to Section 05 3123. a. Unit of Measurement: Square Foot (SF) t' 4. UP -4: Repair steel deck, up to Corrosion Degree#4, with 1/8 -inch steel plates. Refer to Section 05 3123. a. Unit of Measurement: Square Foot (SF)? . 5. UP -5: Remove and replace steel deck with Corrosion Degree #5. Refer to Section 053123 a. Unit of Measurement: Square Foot (SF) 6. UP -6: Repair damaged or deteriorated lightweight concrete fill. Refer to Section 070150. a. Unit of Measurement: Cubic Foot (CF) 7. UP -6: Replace Damaged or Deteriorated Wood Blocking. Refer to Section 06 1000. a. Unit of Measurement: Board Foot (BF) END OF SECTION 0122 00 Indian River County Health Department Roof Replacement & Exterior Repair 012200-2. Unit Prices X X: SECTION 0125 00 PRODUCT SUBSTITUTIONS PART I 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 BED 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. 1. Submit each request for substitution to purchasing@iregov.com on the form contained in Section 00 63 25 -Substitution Request Form for consideration in accordance with procedures required below. 2. Identify the product or the fabrication or installation method to be replaced in each request. Include related specification sections and drawing number. 3. 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. Indian River* County Health Department Roof Replacement & Exterior Repair 012500-1 Product Substitutions 1.05 d. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the 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. SUBWEITTALS — 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 PRODUCTS Indian River County Health Department Roof Replacement & Exterior Repair 011500-2 Product Substitutions 0. 2.61 A. r. B. 2.02 A. PART 3 SUBSTITUTIONS —PRIOR TO BID Conditions: The Contractor's substitution request will be received and considered by the 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. 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. SUBSTITUTIONS — AFTER AWARD OF CONTRACT 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.. EXECUTION (NOT USED) END OF SECTION 0125 00 Indian River County Health Department Roof Replacement & Exterior Repair 012500-3 Product Substitutions i SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART GENERAL 1.01 1 SECTION INCLUDES A. 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- 1.02 eports 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 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 coor& 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. 1. 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. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. Indian River County Health Department Roof Replacement & Exterior Repair 013100-1 Project Management and Coordination 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre -Construction conference. 7. Pre -installation conferences. << 8. Project closeout activities. ?- 1.04 PROJECT MEETINGS A. 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. B. 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. C. - Substantial Completion Inspection Meeting 1. Scheduled by Owner and Engineer upon written notification of substantial com- pletion of work from the, Contractor. Indian River County Health Department Roof Replacement & Exterior Repair 013100-2 Project Management and Coordination wj 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. i 3. Minimum Agenda: Verification of final completion including the completion of the punch list items. ` r: 4. Refer to Section 0177 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 Indian River County Health Department Roof Replacement & Exterior Repair 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 SUBIVIITTAL 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 boolanark 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 numbets of key Indian River County Health Department Roof Replacement & Exterior Repair 0133 00-1 Submittal Procedures 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. Indian River County Health Department Roof Replacement-& Exterior Repair 0133-00-2 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 0177 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. Steel Deck Repair/Se6urement (Section 05 3123) 10. Rough Carpentry (Section 0610 00) 11. Preparation for Reroofing (Section 07 0150) 12. Roof Insulation (Section 07 22 16) 13. Modified Bitumen Roofing (Section 07 52 16) 14. Sheet Metal Flashing and Trim (Section 07 62 00)' . 15. Roof Accessories (Section 07 72 00) 16. Elastomeric Joint Sealants (Section 07 92 00) 17. Elastomeric Coating Restoration (Section 09 0190) 18. Storm Drainage (Section 2214 00) 19. 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. 20. Complete list of materials with Safety Data Sheets (SDS) PART 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. Indian River County Health Department Roof Replacement-& Exterior Repair 0133-00-2 Submittal Procedures 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. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. 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. i. 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. I. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. J. Material Test Reports: Preparereports 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 Indian River County Health Department Roof Replacement & Exterior Repair 013300-3 - Submittal Procedures ......... . ........... ------------ 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 manufactur&r. PART 3 EXECUTION 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 Indian River County Health Department Roof Replacement & Exterior Repair. 01 33 00-4 Submittal Procedures ...__ _ _ ai 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. 1. 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 Indian River County Health Department Roof Replacement&Exterior Repair 014000-1 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 xists 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 eneral 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 modem 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 onconforming 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.indieated 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 the same firm name as that, submitting • similar materials specified under 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 experl- Indian River County Health Department Roof Replacement & Exterior Repair 014000-2 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 Ownerwill notify the Contractor of his acceptance Indian River County Health Department Roof Replacement & Exterior Repair 0140 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. L 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 forretesting 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-. Indian River.County Health Department Roof Replacement & Exterior Repair 014000-4 , 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 comple- tion, manufacturer's representative shall perform -quality assurance site visits every ten working 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. Indian River County Health Department Roof Replacement & Exterior Repair 014000-5 Quality Requirements PART 2. PRODUCTS (NOT USED) ti PART 3 EXECUTION '== I=: 3.01 REPAIR AND PROTECTION l; E; A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. r 1. Comply with the Contract Document requirements for Section 0173 29-Cutting i and Patching. i 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 I Indian River County Health Department Roof Replacement & Exterior Repair 014000-6 :�. SECTION 0142 00 REFERENCES PART1 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. 1. 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 Indian River County Health Department Roof Replacement & Exterior Repair 014200-1 References . a 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. 1. 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 Indian River County Health Department Roof Replacement & Exterior Repair 0142.00-2 References Accessibility Guidelines for Buildings and Facilities Available from Access Board www.access-bQard.gov CFR Code of Federal Regulations Available from Government Printing Office www.access.gpo.goy/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 Indian River County Health Department Roof Replacement & Exterior Repair 0142.00-2 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.aluminwn.or ACI American Concrete Institute/ACI International www.aci-int.or ACPA American Concrete Pipe Association www.conerete-pipe.org AGC Associated General Contractors of America (The) www.agc.org AHA American Hardboard Association www.ahardbd.or Al Asphalt Institute www.asphaltinsdtute.org AIE American Institute of Engineers www.aieonline.or AISC American Institute of Steel Construction www.aisc.or AISI American Iron and Steel Institute www.steet.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.oriz 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,asee.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.o BHMA Builders Hardware Manufacturers Association www.buildershardware.com BIA Brick Industry Association (The) Indian River County Health Department Roof Replacement & Exterior Repair 014200-3 References 0 Indian River County Health Department Roof Replacement & Exterior Repair .014200-4 References i www.biaor CCFSS Center for Cold -Formed Steel Structures www.umr.edu/--cefss CDA Copper Development Association Inc. www.coppei.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.cis i.or CLOW Chain Link Fence Manufacturers Institute www.chainlinkinfo.or CPA Composite Panel Association (Formerly: National Particleboard Association) www. bmdfcom CPPA Corrugated Polyethylene Pipe Association www.cppa-info.org CRSI Concrete Reinforcing Steel Institute www.crsi.or CSI Construction Specifications Institute (The) www.esinet.or DHI Door and Hardware Institute www.dhi.or EIMA EIFS Industry Members Association www.eifsfacts.com EJMA Expansion Joint Manufacturers Association, Inc. www.e'ma.or FMG (FM) FM Global (Formerly: FM - Factory Mutual System) www.fhiglobal.com GA Gypsum Association www.gypsumorg GANA Glass Association of North America (Formerly:. FGMA - Flat Glass Marketing Association) www.glasswebsite.com/gana HPVA Hardwood Plywood & Veneer Association www.h vaor IGCC Insulating Glass Certification Council www.i cc.or LGSI Light Gage Structural Institute www.loseke.com MBMA Metal Building Manufacturers Association www.mbma.com MCA Metal Construction Association www.metalconstruction.or WMA Metal Framing Manufacturers Association MIA Marble Institute of America www.marble-institute.com NAAMM National Association of Architectural Metal Manufacturers www.naam.m.or NAIMA North American Insulation Manufacturers Association (The) www.naima.or NCMA National Concrete Masonry Association Indian River County Health Department Roof Replacement & Exterior Repair .014200-4 References i Indian River County Health Department Roof Replacement & Ekterior Repair 014200-5 References www.ncma.or NCPI National Clay Pipe Institute www.nepi.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. lass.or NHLA National Hardwood Lumber Association www.natlhardwood.or NLGA National Lumber Grades Authority www.nigi.org NPA National Particleboard Association See CPA NRCA National Roofing Contractors Association www.nrea.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.boitcouncit.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.si aonline.org/sigma SJI Steel Joist Institute www.steel'oist.or Indian River County Health Department Roof Replacement & Ekterior Repair 014200-5 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.wmmpa.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.iapmo.org 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 Indian River CountyHealth Department Roof Replacement & Exterior.Repair 014200-6-- References n.•: .........:.. .. :.:.... .. .... .t 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.clpsc.gov EPA Environmental_ Protection Agency www.elp)a.gov OSHA Occupational Safety & Health Administration www.osha.gov PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0142 00 Indian River County Health Department Roof Replacement & Exterior Repair 014200-7 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; mumum 6 feet high with galvanized steel pipe posts; minimum 2 -3/8 - Indian River County Health Department Roof Replacement* Exterior Repair 015000-1 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 tE 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 appropriatelocal 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 bibs 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 i 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 i power requirements. E. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and equipment.. 1. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas whore construction activities are in progress. Do not exceed safe length -voltage ratio. i Indian River County Health Department Roof Replacement & Exterior Repair 01 50 00-2 Temporary Facilities and Controls i 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 r 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 t=: 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. 1. 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. ' 1. 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 Indian River County Health Department Roof Replacement & Exterior Repair' 015000-3 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-aidfire-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: 1. Contractor shall provide protection to adjacent roof systems in the form of 3/d' 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 Indian River County Health Department Roof Replacement & Exterior Repair O1 50 00-4 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 patchconstruction 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. Indian River County Health Department Roof Replacement &.Exterior. Repair 017.32.9-1 : 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. PART 2 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 Indian River County Health Department Roof Replacement & Exterior Repair, . 017329-2 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. S. 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 Indian River County Health Department Roof Replacement &.Exterior Repair 0173 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,-retumable, 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 Indian River County Health Department Roof Replacement & Exterior Repair 017400-1 Cleaning and Waste Management r ..: . ix :j 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. J. 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 Indian River County Health Department Roof Replacement & Exterior Repair 0174 00=2 Cleaning and Waste Management i 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. 6. 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. Indian River County Health Department Roof Replacement & Exterior Repair 017400-3 Cleaning and Waste Management construction completed or in progress, is subject to harmfuldangerous, damaging, or , otherwise deleterious exposure during the construction period. 3.02 CONSTRUCTION WASTE MANAGEMENT PLAN = A. Waste Management Plan shall include the following: 1. Solid Waste Disposal and Diversion document. E a. Identification of materials recycled. Y E= 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. F 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. 6. 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. Indian River County Health Department Roof Replacement & Exterior Repair 017400-3 Cleaning and Waste Management iii. Unused fertilizers shall not be co -mingled with construction waste. C. Program profits: 1. All profits from . recycling of construction waste shall be granted to the Contractor. 3.03 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-surfacedfinishes 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. is Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess foreign substances. j. Replace parts subject to unusual operating conditions. L 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 Indian River County. Health Department Roof Replacement & Exterior Repair 017400-4 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. S. 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, Engineer will immediately notify the Contractor, in writing, stating the reasons. The Contrac- tor ontractfor shall complete the Work and send a second written notice to the Engineer, certifying the Project is substantially complete, at which time the Engineer will re -inspect the work. 2. Should the Engineer consider the Work substantially complete, Engineer will no- tify owner and include a 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- Indian River County Health Department Roof Replacement & Exterior Repair, 017700-1 . 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 TAS 105 fastener pull tests to building department for ar- chival. 3. Submit evidence of final, continuing insurance coverage complying with insur- ance requirements. 4. 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. 1. 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. 1. 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. Indian River County Health Department Roof Replacement & Exterior Repair 017700-2 Closeout Procedures a. Give particular attention to information on concealed elements that can- not be readily identified and recorded later. !> 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"s 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, r 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 i 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. TAS 105 Fastener Pull Tests 4. Landfill Charge Tickets 5. Asbest os Disposal Manifests (If Applicable) 6. Certificate of Occupancy (If Applicable) 1.06 WARRANTIES A. Modified Bitumen Roofing System warranty as outlined in Section 07 5216. B. Pre -finished Sheet Metal finish warranty as outlined in Section 07 62 00. C. Silicone Sealant warranty as outlined in Section 07 92 00. D. Urethane Sealant warranty as outlined in Section 07 92 00. E. 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 Indian River County Health Department Roof Replacement& Exterior Repair 017700-3. Closeout Procedures 0 the date of Final Completion and complete any corrective action requested by Owner, Engineer, or Manufacturer at no additional cost to the Owner. F: Contractor's Asbestos -Free Warranty on their company letterhead using sample con- tained in the Project Manual. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0177.00 Indian River County Health Department Roof Replacement & Exterior Repair 017700-4 Closeout Procedures 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 aide and end laps to meet requirements of applicable Florida Product Approval. 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. ASTM International 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 108-01 Standard Specification for Steel Bar, Carbon and Alloy, Cold -Finished. 1.03 SUBMITTALS A. Refer to Section 013 3 00 -Submittal Procedures. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. Indian River County Health Department . Roof Replacement & Exterior Repair 05 31 23-1 Steel Roof Deck Repair and Securement .......... C. Latest edition of the Manufacturer's current material specifications and installation instructions. 1.04 QUALITY ASSURANCE A. 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: PART PRODUCTS 2.01 MATERIALS A. 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 '/s 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 Florida Product Approval. Include W' diameter washers. Acceptable manufacturer's include: i. ITW Buildex Corp. Traxx 5 b. Deck -to -deck side lap fasteners: Fasteners shall be FM Approved self- drilling elfdrilling 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 3. 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. Indian River County Health Department Roof Replacement & Exterior Repair 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, 1:, electrical conduit, sprinkler piping, fixtures and utilities. The Contractor shall ensure conditions are satisfactory before proceeding with the work, and continuously monitor k: 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. The roof deck shall be inspected in all areas, where moisture contaminated, deteriorated, or damaged insulation is removed and 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. 5. 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 Indian River County Health Department Roof Replacement & Exterior Repair 053123-3 Steel Roof Deck Repair and Securement greater in any one dimension. 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 Levels 7-10) 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. Indian River County Health Department Roof Replacement & Exterior Repair 053123-4 Steel Roof.Deck Repair and Securement 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed. 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. S. 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. 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. 3.04 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: . Indian River County Health Department Roof Replacement & Exterior Repair 05.3123-5 Steel Roof Deck Repair and Securement L 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. 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 Indian River County Health Department Roof Replacement & Exterior Repair 053123-6 Steel Roof Deck Repair and Securement SECTION 0610 00 ROUGH CARPENTRY PART1 GENERAL 1.Q1 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 Section 07 2216 2. Preparation for Roofing Section 07 0150 3. Sheet Metal Flashing and Trim Section 07 62 00 1.03 REFERENCES A. Refer to the'following references, current edition for specification compliance: 1. Florida Building Code (FBC) 2. ASTM International 3. American Wood -Preserver's Association (AWPA) a. AWPA.C1 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. 4. American Plywood Association (APA) 5. American National Standard a. ANSI/SPRI ES -1 Wind Design Standard for Edge Systems Used with Low Slope Roofing Systems 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. Indian River County Health Department Roof Replacement & Exterior Repair 061000-1 Rough Carpentry 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 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. J. Installation of all fasteners and associated materials to secure rough carpentry as detailed and specified. Indian River County Health Department Roof Replacement & Exterior Repair 06 10 00-2 Rough Carpentry 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 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 2.02 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. FASTENERS A. General: 1. All fasteners shall be stainless steel 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 '/i 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, FM Approved, self -drilling and self -tapping screw, length to provide minimum 3 pitches of Indian River County Health Department Roof Replacement & Exterior Repair thread through metal thicknesses. Acceptable manufacturers include: a. ITW Buildex Teks b: ConcealorO c. Blazer 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: 1. 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 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. AC100 Anchoring System C. ITW Ramset Epcon C6 Fast Curing Epoxy d. Engineers accepted equivalent E. Wood to solid concrete substrates: 1. 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 U 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 Indian River County Health Department Roof Replacement & Exterior Repair 061000-4 Rough Carpentry. c. Kwik Bolt by Hilti d. Engineers accepted equivalent. F. Wood to structural steel (greater than 16 -GA.): 1. #12-24 DP5 (for steel thickness up to. 1/2") or DP4 (for steel thickness from 1/8" to 3/811), 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.. Wood to Grouted Cavity: 1. Grout: High strength; non-metallic, non -shrink grout for precision grouting and general construction Conform to ASTM C476 and ASTM C 1107. Acceptable manufacturers include Commercial Grade Quikrete, Precision Grout, Kauffman r SureGrout or Engineers accepted equivalent. Grout type proportioned by volume as follows: a. Portland cement or blended hydraulic cement: one part. b. Hydrated lime: 0 to 1/10 part. C. Fine aggregate: 2-1/4 to three times sum of volumes of cement and lime used. d. Coarse aggregate: one to two times sum of volumes of cement and lime used. e. Sum of volumes of fine and coarse aggregates: Do not exceed four times sum of volumes of cement and lime used. 2. Bolt -.'corrosion resistant threaded J bolt meeting ASTM A 307, Grade A with ASTM A 563 hex nuts and flat washers, diameter of 1/2". H. Washers: Fasteners heads for screws, anchors and bolts terminating at the surfaceof 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 0122 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. Indian River County Health Department Roof Replacement & Exterior Repair 0610-00-5 Rough Carpentry i 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: 1. 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. C. Masonry Walls: 1. Adhesive anchors: a. Contractor shall follow adhesive anchor manufacturer's published instructions for preparation and installation. b. Pre -drill hole or clean-out existing gap/hole for adhesive anchors. C. Use compressed air to blow-out all dust and moisture. Dust and moisture will result in failure of anchors and shall be removed before installing adhesive anchors. 2. Grouted anchors: a. Contractor shall follow grout manufacturers published instructions for preparation and installation. b. Clean masonry cavity and install grout stop to prevent grout from entering below the desired cavity area. 3.03 INSTALLATION A. Remove existing damaged or deteriorated wood blocking, hailers, 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. Indian River County Health Department Roof Replacement & Exterior Repair 061000-6 Rough Carpentry 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. 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. 2. Securely attach rough carpentry work to substrate with fasteners. Anchor to resist a minimum force of 300 lbs/lineal foot in any direction. 3. Rough carpentry attachment shall meet the requirements herein and that of the current FM Loss Prevention Data Sheet 1-49, Perimeter Flashing. 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 6" of each end. a. Bolts, adhesive. anchors, wedge and sleeve anchors, and machine bolts securing nailers shall be spaced 48 inches on center, staggered and an additional fastener within 4 inches of each end of nailer to prevent boards from twisting at board joints. Secure at 24" on center in corners (Zone 3) of the roof area. 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 - at each end of nailer lengths to 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 6 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 6 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 6 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 Indian River County Health Department Roof Replacement & Exterior Repair 061000-7 Rough Carpentry 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 adii 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. O. Curbs: 1. Adjust wood curbs to support rooftop piping, ducts, equipment, etc. 2. Raise equipment to provide required flashing height for roofing. 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 Indian River County Health Department Roof Replacement &Exterior Repair 0610 00-8 Rough Carpentry SECTION 07 0150 PREPARATION FOR REROOFING PART1 GENERAL 1.01 SECTION INCLUDES A. Preparatory work to be completed prior to roof installation including but not limited to: 1. Roof Sectors A, B, C, G, F, I, J & K: Removal of existing roof assemblies down to the lightweight insulating concrete deck and repairs to Lightweight insulating concrete deck. 2. Roof Sector A: Removal of mechanical equipment support curb and replace with an aluminum stand for mechanical units 3. Roof Sectors D & H: Removal of existing roof assemblies down to the steel deck. 4. Roof Sector E: Removal of existing roof assemblies down to the structural con- crete oncrete deck. Configuration verification that reinforced concrete topping slab is over structural concrete deck. Removal of reinforced concrete topping slab com- ponents. Removal of metal railing from top of parapet wall. 5. Roof Sector L (Elevator Access Cover): Removal of existing roof assemblies down to the structural concrete deck. 6. Soil.pipe extensions. 7. Raising. of door thresholds and mechanical units/HVAC units to meet the re- quired minimum flashing height. 8. Raise electrical junction boxes above required minimum flashing height. 9. Installation and/or modification of through wall/edge primary/overflow scuppers. 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. Steel Roof Deck Repair & Securement Section 05 312.3 2. Rough Carpentry Section 0610 00 3. Roof Insulation Section 07 2216 4. Modified Bitumen Roofing Section 07 5216 5. - Sheet Metal Flashing and Trim Section 07 62 00 6. Elastomeric Coating Restoration Section 09 0190 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. Indian River County Health Department Roof Replacement & Exterior Repair 070150-1 Preparation for Reroofing 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 Roof system composition is based on random sampling and Owner as built drawings. Contractor is responsible for verification of roof system composition. A. Roof Sectors A & B= 1. Multi -ply built-up roofing membrane with a granule surfaced membrane . cap k'=` sheet installed in hot asphalt 2. Mechanically attached base sheet 3. Thermoplastic membrane mechanically fastened 1: 4. 4" lightweight insulating concrete (w/ 2" polystyrene) 5. Structural sloped steel deck B. Roof Fr- Sectors C, G, I, J & K 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. Mechanically attached base sheet 3. Thermoplastic membrane mechanically fastened 4. Lightweight insulating concrete tapered - approximate total thickness 4" (with 2" polystyrene) ` } 5. Structural sloped Concrete deck i C. Roof Sector D 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap i sheet installed in hot asphalt . 2. 1/2" perlite insulation installed in hot asphalt 3. Polyisocyanurate tapered insulation mechanically attached 4. Steel deck D. Roof Sector E 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. Approximate 2.5" reinforced concrete toping slab (steel reinforcing mesh) 3. 2" Rigid insulation 4. Bitumen vapor barrier 5. Concrete deck E. Roof Sectors F 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap j sheet installed in hot asphalt 2. Mechanically attached base sheet 3. Thermoplastic membrane mechanically fastened 4. Lightweight insulating concrete tapered - approximate total thickness 3.5" (with Indian River County Health Department Roof Replacement & Exterior Repair 070150-2 Preparation for Reroofing i ........... no polystyrene) 5. Structural sloped Concrete deck F. Roof Sector H 1. Multi -ply built-up roofing membrane with a granule surfaced 'membrane cap sheet installed in hot asphalt 2. 1/2" perlite insulation installed in hot asphalt 3. Polyisocyanurate insulation mechanically attached 4. Structural sloped steel deck G. 'Roof Sector L (Elevator Access Cover) 1 Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. Concrete deck 1.05 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures for Submittals. specified certifying material com- plies Manufacturer's Product Data Sheets for all materials sp ecif 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 MATERIALS A. Lightweight Concrete Fill 1. Lightweight insulating concrete patching compoimd incorporating cementitious binders, low density fine aggregates, and additives supplied by a single manufac- turer. B. Steel Deck Indian River County Health Department Roof Replacement & Exterior Repair 070150-3 Preparation for Reroofing 1. Refer to Specification Section 05 3123. C. Galvanized Steel Plates for Concrete Deck Openings of size to extend a minimum of 6" beyond opening on each side of thickness as indicated in Contract Drawings. 1. Deck opening up to 8" in any one direction: 18 gauge 2. Deck opening from 8" to 13" in any one direction: 16 gauge 3. Deck opening from 13" to 24" in any one direction: 1/8" thick 4. Deck opening greater than 24" in any one direction: Steel deck or plate as deter- mined by Engineer D. Aluminum Stand for Mechanical Units 1. Refer to Specification Section 07 72 00. 2. Refer to Contract Drawings for specific locations. E. Soil Pipe Extensions: 1. Acceptable Manufacturer: a. OMG Tubos b. Engineers accepted equivalent 2. Soil Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field -determined height: a. Material: Solid -wall PVC, white. b: Splice Sleeve Insert: i. 6 inches Length at both ends of precut extension. ii. Outside Diameter to be 1/4" less than outside diameter of soil pipe. C. Length: L Overall Length: 28 inches. ii. Net Usable Length: 16 inches excluding Splice Sleeve Inserts. d.. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Survey existing conditions to determine extent of demolition. B. Record the conditions bf items to be removed/reinstalled and items to be re- moved/salvaged. Indian River County Health Department Roof Replacement & Exterior Repair 07 01 50-4 Preparation for Reroofing ... ....... i. 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 soundness and notify Engineer in writing of any defi- ciencies. Commencement of work signifies Contractors acceptance of site conditions. 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. 13. 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 damaged 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. 1. 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 construce- tion. B. Remove all existing roofing, roof insulation, membrane and sheet metal and discard. Indian River County Health Department Roof Replacement & Exterior Repair 070150-5 Preparation for Reroofing :.l :<j :� ...... C. Remove satellite dishes and associated supports. Reference contract drawings for loca- tions. D. Remove mechanical equipment support curbs. Reference contract drawings for location. E. Remove reinforced concrete toping slab, rigid insulation and waterproofmg membrane down to structural concrete deck. Roof Sector "E" only. F. Remove parapet mounted railing. Roof Sector "E" -only.. G. Remove or correct any obstruction which might interfere with the proper application of new materials. H. Lift or remove all existing equipment so that existing flashings can be totally removed and new flashings installed. I. Lift existing sheet metal flashings to remain to remove all existing materials. After in- stallation of new materials, neatly bend flashing back into place. J. Remove debris from existing materials to provide clean, dry substrate. K. Demolish asphalt, concrete and•masonry in small sections. Cut concrete and masonry. at juncture with construction to remain using powered masonry saw, core drill or hand tools. Do not use powered impact tools. L. Remove and transport debris in a manner that will prevent damage/spills to adjacent buildings and areas. M. Dispose of demolished items and materials on a daily basis. On-site storage of removed items is not permitted. N. Transport demolished materials off-site and dispose of materials in a legal manner. O. Perform progress inspections to detect hazards resulting from demolition activities. 3.06 FLASHING HEIGHTS A. Permanently raise roof top equipment and door thresholds as required to achieve 8" min- imum flashing height. B. Provide additional wood blocking to top of parapet walls and expansion joints to achieve minimum 8" flashing height. C. 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 SOIL PIPE EXTENSION A. Preparation 1. Remove existing flashing from plumbing vent piping to extent required to enable installation of new plumbing vent pipe extensions and completion of flashings. Indian River County Health Department Roof Replacement &.Exterior Repair 07 0150-6, Preparation for Reroofing F 2. Clean plumbing vent piping to ensure that joint surfaces are clean, dry, and free from contamination including dirt, oils, grease, tar, wax, rust, and other substanc- es.that may inhibit adhesive or sealant performance. B. Installation 1. Insert end of plumbing vent pipe extension into existing plumbing vent piping. .a. Verify circumference of existing plumbing vent piping and plumbing vent pipe extension is appropriate to achieve secure, rigid installation. b. Mark plumbing vent pipe extension at required height above finished roof surface level, and cut to required length. C. Apply adhesive or sealant to plumbing vent piping as appropriate to ex- isting pipe material and plumbing vent pipe extension, and mate plumb- ing vent pipe extension to existing piping. Apply adequate adhesive or sealant to achieve secure, rigid installation. 3.08 LIGHTWEIGHT CONCRETE FILL A. Remove all loose, wet, and deteriorated existing lightweight concrete fill from repair ar- ea. B. If fill is wet or deteriorated down to the steel forte deck refer to section 05 31 237Steel Roof Deck Repair and Securement. C. Mix lightweight concrete fill with water utilizing ratios, quantities, and methods recom- mended by the manufacturer. D. Slowly pour lightweight fill into repair area -and screed off flush with surrounding exist- ing fill. E. Mechanical attachment of base sheet may begin after the new fill has set. 3.09 STEEL PLATE INSTALLATION A. Mechanically attach deck repair plates to concrete deck with approved fasteners 6" on center or a minimum of 2 fasteners per side. 3.10 COUNTERFLASHING PREPARATION A. Replacement of counterflashing 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 4 inches below base flashing termi- nation. 5. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply seal- ant tape between sections. 6. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet Indian River County Health Department Roof Replacement & Exterior Repair 07 01 50-7 Preparation for.Reroofmg .....__.. -. at 2" on center. B. Replacement of stucco at counterflashing 1. Refer to Section 09 0190 - Elastomeric Coating Restoration for stucco repair and replacement requirements. 3.11 ROOF DRAINS AND LEADERS A. Prior to commencement of any work on the project the Contractor shall inspect each ex- isting xisting roof draintbelow grade storm drain leader for damage and water flow. 1. Each drain shall be cleaned of accumulated debris and loose gravel. Drain bowl and drain outlet shall be cleaned of bitumen build-up to bare metal by hand scraping. 2. A power vacuum shall be provided by the 'Contractor and utilized to vacuum de- bris, loose gravel, and bitumen scrapping. Vacuum hose shall be of sufficient length to reach the first elbow in the drain line in order to vacuum the line. 3. After cleaning bitumen front the drain bowl, Contractor shall inspect the bowl carefully for cracks, and the drain pipe connection for possible deterioration. 4. Each drain/leader shall be water tested for proper flow utilizing a minimum 3/4 - inch hose. Water shall flow into the line under maximum pressure available for a period of not less than 15 minutes. 5. Inspection and testing operation shall precede any roofing tear -off. If deficien- cies or damages are observed, Contractor shall record the deficiency on a Roof Plan and forward to the Engineer. The.Engineer will notify the Owner's Mainte- nance Department accordingly. Contractor shall allow 48 hours after notification for any corrective work by the Owner. 6. If no deficiencies or damages are reported to the Owner prior to commencement of work, Contractor shall assume full responsibility for the condition and opera- tion of the drains/leaders. 7. Contractor shall install temporary drain plugs while performing any work at or near the roof drains. Drain plugs shall be removed at the end of each work day. 3.12 SCUPPER INSTALLATION A. Locate bottom of primary scupper at surface of the roof system at locations indicated on roof plan. B. Locate bottom of overflow scupper 2" inches above surface of the roof system adjacent to the nearest roof drain (excluding sump). C. Remove existing masonry and store for reuse if in good condition. Reinstall masonry units to extent possible. Provide new brick or concrete masonry units to match existing. E D. Extend opening through entire thickness of parapet. Take precautions to avoid damaging adjacent wall surfaces. E. Provide finished openings as indicated in Contract Drawings. F. Install veneer materials of same type, size and finish to match existing. Set units in full beds of mortar to match adjacent joints in thickness. Tool joints to match. Indian River County Health Department Roof Replacement & Exterior Repair 070150-8 Preparation for Reroofing y . -- =- - I'%r.`- f.. G. Repair exterior finish to match adjacent surfaces. 3.13 FASTENER WITHDRAWAL TESTS A. Conduct fastener pull tests in accordance with TAS 105 requirements. Provide a report along with a roof plan showing test locations and corresponding withdrawal value of each pull test. Testing to be performed .either by manufacturer of approved fasteners or by roof system manufacturer. • 3.14 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 Indian River County Health Department f Roof Replacement &Exterior Repair 07.0150-9 Preparation for Reroofing .. ..� _._., a�.�.:_.::�:�:: r.�. �_:.::. �:: (.,n_..?.;i .. moi•}:J:{•}T?:-i}i:• ?_:. �.:•::..; ;.}: SECTION 07 2216 ROOF INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof Sector D: Prepare existing steel deck, loose lay tapered insulation system and provide crickets where indicated on contract documents. Then mechanically attach gypsum overlayment through insulation system into top flange of steel deck. . B. Roof Sector. H: Prepare existing steel deck, loose lay insulation system and provide crickets where indicated on contract documents. Then mechanically attach gypsum overlayment through insulation system into top flange of steel deck. C. Roof Sectors E & L (Elevator Access Cover): Prepareand prime existing concrete deck', install a self -adhered vapor retarder to the primed concrete deck; adhere two layers of roof insulation and provide crickets where indicated on contract documents; adhere gypsum overlayment in .foam adhesive. 1.02 RELATED DOCUMENTS A. Drawings and generalprovisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Steel Deck Repair/Securement Section 05 3123 2. Rough Carpentry Section 0610 00 3. Preparation for Reroofing Section 07 0150 4. " Metal Roof Panels Section 07.4113 5. Sheet Metal Flashing and Trim Section 062 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 above deck insulation system shall be R-20 and in accordance with the current Energy Conservation Code and ASHRAE 90.1. 2. R value to be based on Long -Term Thermal Resistance (LM) for polyisocyanurate insulation and manufacturer's published data for all other insulation components, as tested in accordance with ASTM C177, C236, C518 or C976. Indian River County Health Department Roof Replacement & Exterior Repair 07 2216-1 Roof Insulation 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. Tapered insulation plan from material supplier with minimum R value for each roof area. D. Latest edition of the Manufacturer's current material specifications and installation instructions. 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. Indian River County Health Department Roof Insulation Roof Replacement & Exterior Repair 072216-2 0 d PART 2 PRODUCTS 2.01 MATERIALS A. Insulation Boards: 1. Roof Insulation: a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type H, Class 2, 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. d. Maximum permissible insulation board size for mechanical attachment is 4' x 8' and for foam adhesive 4' x 4'. Field cutting of larger boards is not acceptable. e. Thickness shall be two layers of 2" insulation. 2. Tapered Insulation System: a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom.' Boards to comply with ASTM C1289 Type H, Class 2, Grade 2 and meet b. 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 F before c. shipment from the manufacturer. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. e. Board size shall be 4 foot by 4 foot Slope shall be 1/4" per foot and minimum thickness shall be 1/2". f. Fill Insulation: Shall be rigid polyisocyanurate meeting the above requirements with board size of 4 foot by 4 foot and thickness of 2". g. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. 3. Cover Board: Shall be cover board approved by roof system manufacturer. Board Size shall be 4'by 8' and minimum thickness shall be as listed below or as required by approved roof system. Acceptable products, include: a. Georgia Pacific 1/4" DensDeck Prime Roof Board b. DEXcell Glass Mat Roof Board B. Insulation Accessories 1. Vapor Barrier Indian River County Health Department Roof Replacement & Exterior Repair 072216-3 Roof Insulation a. Self -adhering, 32 -mil sheet composed of SBS modified bitumen and high, density polyethylene. b. SBS Modified: Glass fiber and/or polyester reinforced . ply sheet manufactured for cold -adhesive, meeting or exceeding requirements of ASTM D 6163 or D 6164, Type I or H, Grade S. C. SBS Modified (Self -Adhering): Self adhering, glass. fiber and/or polyester reinforced ply sheet, meeting or exceeding requirements of ASTM D 6163 or ASTM D 6164, Type I or II, Grade S. 2. Asphalt. impregnated perlite tapered edge strips and cant strips to be the sizes detailed or required by field conditions meeting ASTM C 728. a. Tapered Edge Strips L Shall be installed at edges to make transitions as detailed in Contract Drawings. ii. Use 1.5" by 24" tapered edge strips to formi crickets in front of curbs wider than 12" and to provide slope transition at the outside of drainage sumps. iii. Use 1/2" by 6" tapered edge strips in front of tapered insulation . crickets to provide smooth transition. b. Walls and vertical terminations to receive 4" vertical leg cant strip with 5-5/8" face unless height restrictions dictate smaller sizes. C. Insulation Attachment Materials: 1. Steel Deck Mechanical Fasteners and Stress Plates: a. Shall be corrosion resistant 3" galvalume stress plate and corrosion resistant screw type fasteners for use with steel decks; approved by the insulation manufacturer for the insulation type, 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 3/4 inch and a maximum of 1 inch. 2. Foam Adhesive: Shall be a one or two part, VOC compliant, moisture -cured polyurethane foamable adhesive designed as roof insulation adhesive and approved by insulation manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Contractor to inspect substrate for soundness and notify Engineer in writing of any deficiencies. B. 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. 3.02PREPARATION A. General Indian River County Health Department Roof Replacement & ExteriorRepair 07 22 16-4 Roof Insulation .---_............... r:-::•_::::.;:�:-..:<:::�:.:.::....... iso,::,:::<.:.::::-:::,;,.::.:.._: ........_.-...:::::::._: 1. Roof deck to be dry and broomed clean of debris and foreign matter prior to installation of insulation system. 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 and overlayment 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 S. operations. Joints between successive and adjacent layers. of insulation to be offset a minimum of six (611) inches. 6. Stagger joints of gypsum overlayment/overlayment insulation one (1') foot (vertically and laterally) to ensure that joints do not coincide with joints from the previous or adjacent layer. 7. On steel decks, apply insulation boards with long dimension of units across deck ribs. Ends of insulation boards must be bearing on top flange of steel deck. S. For torch application, continue eoverboard over combustible substrates. 9. Crickets, saddles and tapered edge strips shall be installed before the overlayment insulation. - 10. Adhere cant strips and tapered edge strips at transitions, terminations and/or penetrations as detailed or required in ribbons of foam adhesive to ensure smooth transitions are provided for the roof membrane and flashings. . 11. Provide necessary modifications to insulation system or nailers at roof edges as required to ensure a flush and smooth transition is provided for the roof membrane and flashing.. 12. Field modifications of insulation, tapered insulation, tapered edge strips and cants shall be made by the Contractor where required to accommodate roof and flashing conditions, prevent water dams and ponding water. Ponding water at scuppers and cricket valleys shall not be accepted. 13. 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. Vapor Barrier 1. Install in accordance with manufacturer's recommendations. 2. Primer Application: The substrate must be clean, dry and free of dust, grease,or other contaminants.. Shake well before using. Apply to clean and dry surfaces with a paint brush, roller or sprayer. Application rates will vary depending on substrate. Vapor barrier must be installed on the same day as the primer application. Acceptable' substrates for primer application include wood, concrete, gypsum boards and decks. Allow primer to dry completely. 3. Vapor Barrier Application Over Steel, Wood or Concrete Deck: Install. over a clean and dry substrate. In concrete applications allow concrete to cure for at least 7 days. Do not install when it is raining, snowing, or on wet/huinid surfaces. Install in temperatures 32 degree F (0 degree C) and above. The use of a primer is required on the following substrates: wood, concrete, lightweight Indian River County Health Department Roof Replacement & Exterior Repair 072216-5 Roof Insulation . concrete, gypsum boards and decks. On metal decks use a metal plate (6 x 42 inches - 15 x 106 cm) to support the membrane end lap between metal flutes ensuring a complete end lap seal. a. Begin application at the bottom of the slope. Unroll vapor barrier onto the substrate without adhering for alignment. Overlap each preceding sheet by 3 inches (75 mm) lengthwise following the reference line and by 6 inches (150 mm) at each end. Stagger end laps by at least 12 inches (300 mm). Do not immediately remove the silicone release sheet. b. Once aligned, peel back a portion of the silicone release sheet and press the membrane onto the substrate for initial adherence. Hold tight and peel back the release sheet by pulling diagonally. . C. Use a 75 lb. (34 kg) roller to press sheet down into the substrate including the laps. Finish by aligning the edge of the roller with the lower end of the side laps and rolling up the membrane. Do not cut the membrane to remove air bubbles trapped.under the laps. Squeeze out air bubbles by pushing the roller to the edge of the laps. C. Tapered Insulation 1. Install tapered insulation system to provide positive slope for complete roof drainage. 2. Crickets shall be sized as shown in the Contract Drawings. Modifications shall be provided to ensure positive slope and prevent standing water along the cricket valley. a Minimum length to width ratio shall be 2:1. Fabricate partial crickets with dimensions which would result in a minimum length to width ratio of 2:1 if they were extended to full size. b. Unless otherwise noted,. fabricate all crickets from tapered stock as required to provide the specified 'minimum slope. For example, when roof slope is indicated as 1/4" per foot minimum, fabricate crickets with slope of 1/2" per foot minimum. C. Construct crickets on up slope side of all curbs to ensure positive drainage. d. Install tapered edge strips at cricket edges to provide a smooth transition between the cricket and insulation system below. 3. Insulation boards may require mechanical fasteners and stress plates at slope transition of crickets to minimize bridging. D. Roof Drainage: 1. Drainage sumps shall be installed as detailed. 2. The Contractor shall be responsible for carefully laying out the tapered insulation, sumps, drain bowls and scuppers to ensure the finished roof provides complete drainage with no standing water. 3. Contractor shall fabricate miter -cut sumps at scuppers to provide smooth transitions between the insulation system and the drains/scuppers. 4. Sumps shall ensure complete roof drainage and prevent water dams. 5. Contractor shall adjust insulation, drains and scuppers to ensure complete roof drainage and satisfactory substrates for membrane and flashings. 6. Drain sump components shall be fastened to the deck using specified insulation fasteners or adhesives. Indian River County Health Department Roof Replacement & Exterior Repair 0722.16-6 Roof Insulation .. ' .. :a .- ... 7. Circular sumps and sumps that do not provide smooth transition or that create standing water at the drains shall be rejected and shall require removal and replacement. E. Insulation Mechanical Attachment 1. Fastener quantity and spacing shall be as indicated in the Contract Drawings. 2. Fasteners shall be installed using manufacturer's recommended equipment and in accordance with the manufacturer's requirements. 3. Fasteners and stress plates shall be set secure and tight against the insulation surface, and shall not be over -driven. 4. Fasteners shall engage the top flange of steel decks only. F. Foam Adhesive Application 1. Adhesive beads shall be positioned and spaced at a minimum as indicated in the Contract Drawings. Comply with, the requirements of the membrane manufacturer's tested assembly for adhesive spacing and positioning. 2. Adhesive beads shall be sized in accordance with the adhesive manufacturer's guidelines. 3. Insulation boards shall be placed onto the beads and immediately "walked" and/or "weighted" into place. Insulation boards must be placed into the adhesive in strict accordance with the adhesive manufacturer's guidelines. 4. Ensure full adhesion of all layers of insulation and take whatever steps necessary to achieve full adhesion, including but not limited to temporary ballasting of insulation until adhesive sets. END OF SECTION 07 2216 Indian River County Health Department Roof Replacement & Exterior Repair 072216-7 Roof Insulation I - I - SECTION 07 5216 MODIFIED BITUMEN ROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Furnish and install an SBS modified bituminous membrane system consisting of two plies of asphalt elastomeric membrane reinforced with polyester and/or fiberglass mat. 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.. Steel Deck Repair/Securement Section 05 3123 2. Rough Carpentry Section 0610 00 3. Preparation for Reroofing Section 07 0150 4. Roof Insulation Section 07 2216 5. Sheet Metal Flashing and Trim Section 07 62 00 6. Roof Accessories Section 07 72 00 1.03 REFERENCES A. Refer to the following references, current edition for specification compliance: 1. Florida Building Code (FBC) 2. National Roofing Contractors Association — NRCA a. NRCA Roofing and Waterproofing Manual 3. ASTM International a. ASTM D 41 — Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing. b. ASTM E 108 Standard Test Methods for Fire Tests of Roof Coverings C. ASTM E 119 Standard Test Methods for Fire Tests of Building Construction Materials. d. ASTM D 3019 Standard Specification for Lap Cement Used with Asphalt Ro11 Roofing, Non-Fibered, Asbestos Fibered and Non Asbestos Fibered. e. ASTM D 3409 Standard Test Method for Adhesion of Asphalt -Roof Cement to Damp, Wet, or Underwater Surfaces. f. ASTM D 4479 Standard Specification for Asphalt Roof Coatings. — Asbestos Free. g. ASTM D 4586 Specification for Asphalt Roofing Cement, Asbestos Free. h. ASTM.D 6162 Specification for SBS Modified Bitumen Sheet Materials Using a.Combination of Polyester and Glass, Fiber Reinforcements. i. ASTM D 6163 Specification for SBS Modified Bitumen Sheet Materials Indian River County Health Department Roof Replacement & Exterior Repair 075216-1 Modified Bitumen Roofing. Using Glass Fiber Reinforcements. j. ASTM D 6164 Specification for SBS Modified Bitumen Sheet Materials Using Polyester Reinforcements. 4. Asphalt Roofing Manufacturers Association — ARMA 5. FM Global a. FM 4450 — Approval Standard for Class 1 Insulated Steel Deck Roofs b. FM 4470.— Approval Standard for Class i Roof Coverings 6, Underwriters Laboratories, Inc. — UL a. UL 580 — Test for Uplift Resistance of Roof Assemblies b. UL 790 — Tests for Fire Resistance of Roof Covering Materials c. UL 1897 — Uplift Resistance for Roof Covering Systems 1.04 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures for Submittals. B. Latest edition of the Manufacturer's current material specifications and installation instructions: C. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. D. Submit documentation of approved, tested roof system to meet the specified requirements for the following: 1. Wind uplift pressures 2.UL Fire Resistance Rating E. Certified Roofing Torch Applicator (CERTA) credentials from NBCA. 1.05 QUALITY ASSURANCE A. Roofing applicator shall be approved by the material manufacturer. Additionally, roofing applicator shall have the experience of 5 similar roof projects. Verification shall be provided to the Engineer upon request. B. Install roofing system to meet UL 790 Class A/ASTM E 108 Class A Fire Rating. C. Wind Design: 1. Install roofing system to meet or exceed the requirements of the current adopted version of the Florida Building Code and ASCE-7. D. Manufacturer shall have been producing modified bitumen products in the United States for a minimum of 10 years. The primary roofing products shall have maintained a consistent composition for a minimum of five years without a change in the basic product design or SBS modified bitumen blend (e.g. no substantive changes in product composition, polymer specification, asphalt or filler formulation). Indian River County Health Department Roof Replacement & Exterior Repair 01.5216-2 Modified Bitumen Roofing E. The base ply and flashing reinforcing ply shall be fully inspected by the Contractor and Manufacturer's technical representative, and repaired and prepared to meet the Manufacturer's requirements prior to installing the surface ply. F. The base ply shall not be exposed for longer than the manufacturer's maximum requirement for exposure and shall be acceptable for surface ply applications. Any base ply exposed longer than the maximum requirement will be subject to rejection or additional remedial requirements prior to application of the surface ply. 1.06 DELIVERY, STORAGE AND HANDLING A. Delivery. Materials shall be delivered in.the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application. B. Storage: Store materials out of direct exposure to the elements on pallets at least 4 inches above ground level at site location acceptable to the Owner. 1. Storage trailers are acceptable provided they are equipped with a lock and located at a site location acceptable to the Owner. 2. 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. 3. Install vapor retarders under material storage areas located on the ground. 4. Store roll goods on end on a clean flat surface. 5. Remove damaged or deteriorated materials from the job site. C. Handling. Material- shall be handled in such manner as to preclude damage and contamination with moisture or foreign matter. 1.07 PROJECT CONDITIONS A. Environmental Requirements 1. Roofing shall not be applied during precipitation and shall not be started in the event there is a probability of precipitation during applications. 2. The membrane shall not be applied at or below the dew point temperature. 3. When conditions are damp and where adjacent roof areas have moisture or dew, -the roof shall be fully dried to prevent tracking water over the membrane substrates. 4. At ambient temperatures of 40°F and below, including wind chill, take all precautions to ensure all adhesives and other materials maintain the minimum acceptable temperature at the point of roofing application as recommended by the membrane manufacturer. B. Protection 1. Protect against staining and mechanical damage of adjacent surfaces and work areas during application. Staining, mechanical damage, or discoloration of the membrane shall be cause for rejection. 2. Post a fire watch on site for a minimum of sixty (60) minutes subsequent to the completion of any open flame activities. Sufficient number of fire extinguishers Indian River County Health Department Roof Replacement & Exterior Repair 075216-3 Modified Bitumen Roofing 3. 4. to handle any contingency which might develop are to be on the roof at all times. The roofing applicators shall be trained in the proper use of fire extinguishers. Extinguish torches when not in use. Prevent smoke and other fumes from entering facility by coordinating with Facility representative and by temporary intake shut down and/or covering intake. Protect materials being installed and storage of materials against wind related damage. 1.08 TORCH OPERATION AND SAFETY A. Refer to Section 0111 00 -Summary of Work for torch operation and safety. B. The .Owner's hot work permit system shall be used by the Contractor. All hot work operations shall be coordinated with the Owner. C. The Contractor shall coordinate work around HVAC, fans, vents, etc. with the Owner in advance of work to ensure flames or smoke will not be pulled into the building or equipment. The Contractor shall coordinate the work and work schedule with the Owner to ensure conditions are, satisfactory to proceed with work around the equipment. D. A full-time hot work monitor shall be employed by the Contractor to monitor interior and interstitial spaces during periods when hot work operations are conducted on the roof. The Contractor shall gain access'to the space between the roof and ceiling to monitor conditions during and after Hot Work. E. The Contractor shall be responsible for hot work safety for their employees and their sub- contractors. F. Contractor shall take all necessary measures to prevent fire exposure at roof tie-ins between new and existing roofing, at wood curbs, expansion joints and at, rooftop equipment. All necessary materials and methods shall be provided by the Contractor to prevent fire at these locations. 1,09 WARRANTIES A. Manufacturer's Guarantee: Manufacturer's standard form, non -pro -rated, without monetary limitation or deductibles, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks or breaches in the primary roof membrane causing moisture to enter the substrate below (even if visible leaks are not observed inside the facility). Warranties requiring the Owner's signature will not be acceptable. 1. Warranty to include but not be limited to membrane, insulation, base sheet, mastics, adhesives, fasteners, sealants, base flashings, etc. 2. Warranty Period: Twenty years from date of Final Completion 3. , Manufacturer's Representative shall attend a post -construction field inspection no earlier than twenty- three (23)' months, and no later than twenty-four (24) months after the Date of Final Completion. Submit a written report within seven (7) days of this visit to the Engineer listing observations, conditions and any recommended repairs or remedial action. Indian River County Health Department Roof Replacement & Exterior Repair 075216-4 Modified Bitumen Roofing. PART PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: All drawings, details, attachment patterns and system designs are - based on products by Firestone, listed in Florida Product Approval W1,984-1111, System LWC-123 for Roof Sector A. LWC-130 for Roof Sectors B, C, F, G, I, J & K .System 5-101 for Roof Sectors D & IL System C-135 for Roof Sector E. Subject to compliance with requirements herein, the following manufacturers are approved: B. Membrane materials shall be manufactured by the following: 1. Firestone Building Products (Basis of Design) 2. GAF Materials Corporation (GAF) . 3. Johns Manville (JM) 4. . Siplast 5. Engineer's Accepted Equivalent 2.02 MEMBRANE MATERIALS A. Base Sheet for nailable decks other than wood: Glass-reinforced, asphalt-coated base sheet meeting ASTM D 46,01 or ASTM D 4897, Type H. Provide vented sheets for application over lightweight insulating concrete substrates as required by the membrane manufacturer and as listed in the Florida Product Approval. I.' Firestone MB Base M (Basis of Design) 2. GAF Stratavent 3. JM Permaply 28 4. Siplast Parabase FS B. Roof Membrane Assembly: 1. A dimensionally stable roof membrane assembly consisting of 2 plies of a prefabricated, reinforced, homogeneous Styrene -Butadiene -Styrene (SBS) block copolymer modified asphalt membrane secured to a prepared substrate. Both reinforcement mats shall be impregnated and coated each side with a high quality SBS modified bitumen blend., 2. The roof system shall pass ASTM D 5849, Resistance to Cyclic Joint Displacement at 14°F. Passing results shall show no signs of membrane cracking or interply delamination after 500 cycles as manufactured and 200 cycles after heat conditioning according to ASTM D 5147. 3. Base Ply Membrane (Torch Applied): Glass fiber and/or polyester reinforced ply sheet manufactured for torch application, meeting or exceeding requirements of ASTM D 6163, D 6164 or D 6509, Type I or II, Grade S. a. Firestone SBS Glass Torch Base (Basis of Design) b. GAF SBS Heat Weld Smooth C. JM Dynaweld Base d. Siplast Paradiene 20 TG Indian River County Health Department Roof Replacement &Exterior Repair 07 52.16-5 Modified Bitumen Roofing 1 2.03 4. Surface Ply Membrane (Torch Application): Glass fiber and/or polyester reinforced ply sheet manufactured for torch application, meeting or exceeding requirements of ASTM D 6163, D6164 or D6222, Type I or II,. Grade G. Granules to be white. a. Firestone Premium FR Torch (Basis of Design) b. GAF SBS HW Plus Granule FR C. JM Dynaweld Cap FR d. Siplast Paradiene 30 FR TG C. Flashing shall consist of: 1. Reinforcing/Stripping Ply (Torch Application): a Firestone SBS Poly Torch Base (Basis of Design) b. GAF SBS Ruberoid HW Smooth C. JM Dynabase HW d, Siplast Paradiene 20 TG 2. Flashing/Target Ply (Torch Application): a. Firestone SBS Premium FR Torch (Basis of Design) b. GAF SBS Heat Weld Plus FR C. JM Dyanweld Cap 180 FR d. Siplast Parafor 50 LT D. Fluid Applied Flashing System: Shall be membrane manufacturer's polyurethane or PMMA based resin with polyester fleece flashing system. 1. Firestone Ultraflash Liquid Flashing (Basis of Design) 2. GAF Topcoat 3. JM Permaflash 4. Siplast Parapro RELATED MATERIALS A. Asphalt primer: Shall meet ASTM D-41 requirements and be approved for intended use, by membrane manufacturer. B. Solvent Free Adhesive: A single component, solvent -free modified asphalt adhesive designed for application of the specified roof membrane in areas below the fluid applied flashing. C. Utility Roof Cement: An asphalt cutback general utility mastic, reinforced with non - asbestos fibers, used as a base for setting metal flanges and temporary seals conforming to ASTM D 4586 Type 11 requirements. D. Sealant: An SBS polymer modified asphaltic flashing cement in a 10.4 -ounce cartridge conforming to ASTM 4586 requirements approved by the roofing membrane manufacturer for use in conjunction with the roofing membrane materials. Indian River County Health Department Roof Replacement & Exterior Repair . 075216-6 . ` Modified Bitumen Roofing ------ - -- :3 E. Ceramic granules: Shall be of color scheme matching the granule surfacing of the cap sheet comparable to No. 11 granules. F. Walk Pad Material: Shall be a prefabricated (by the membrane manufacturer), puncture resistant polyester core reinforced, polymer modified bitumen sheet material topped with a ceramic granule wearing surface. G. Retrofit Roof Drain: Shall be `a prefabricated aluminum drain insert composed of 11, gauge spun aluminum drain body, 17.5" diameter flange, cast aluminum clamping ring, cast aluminum strainer, watertight U -Flow seal and stem length and diameter as required by field conditions. Drain shall be approved by roof system manufacturer. Contractor shall field verify drain diameter and required stem length prior to ordering drains. 2.04 FASTENERS A. Base Sheet Fasteners: Shall be G-90 galvanized steel one-piece unit with minimum 2.7" diameter plate and minimum 1.7" length. Fastener must be.listed in a valid Florida Product Approval Listing and approved by the Engineer and membrane manufacturer for use in lightweight insulating concrete and inclusion in warranty. 1. Firestone 1.7" LWC Base Ply Fasteners (Basis of Design) 2. ES Products FM -90 3.. OMG 1.7 Base Sheet Fastener 4. ITW Buildex 1.7" LWC 5. Siplast NVS Fasteners B. Base Flashing Fasteners (Wood): Shall be galvanized ring shank nail with one -inch diameter cap, such as Regular Round Head Fasteners as manufactured by Simplex Nails. Fastener length shall be one inch minimum and must be approved by the membrane manufacturer for inclusion in warranty. C. Base Flashing Fasteners (Concrete/Masonry): Shall be 1/4" diameter metal based expansion anchor for use in concrete or masonry substrates with length to penetrate substrate a minimum of 1-1/2". D. Termination Bar: 1/8" X 1" aluminum or stainless steel flat bar with pre -drilled oversized or slotted holes 8" on center. PART 3 EXECUTION 3.01 INSPECTION A. A pre job conference including the Engineer, Contractor, and the membrane manufacturer's representative shall be conducted prior to the application of the roofing. B. Contractor shall verify that work penetrating the roof deck or work which may otherwise . affect the roofing has been properly completed. C. Contractor shall inspect insulation system substrate prior to application of membrane. Commencement of work signifies Contractor's acceptance of substrate. Any defects in Indian River County Health Department Roof Replacement & Exterior Repair 07.5216-7 Modified Bitumen Roofing roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 3.02 PREPARATION A. General. All surfaces shall be swept or vacuumed prior to commencement of roofing. B. Contractor shall coordinate closure of air intakes prior to application of primer and cold adhesives. C. All membranes shall be unrolled and allowed to relax in accordance with membrane manufacturer's recommendations or a minimum of thirty minutes, whichever is greater. D. Where walls, curbs, expansion joints, etc. present an unacceptable substrate for flashing and where flashings substrates are combustible, a layer of non-combustible overlayment insulation shall be fastened to provide a suitable substrate for flashing. 3.03 APPLICATION A. General: 1. Apply roofing in accordance with roofing system manufacturer's instructions and the following requirements. Application of the roofing membrane base ply shall immediately follow application of base sheettinsulation system as a continuous operation. 2. Aesthetic Considerations: An aesthetically pleasing overall appearance of the finished roof application is a standard requirement for this project. Make necessary preparations, utilize recommended application techniques, apply the specified materials (i.e. granules, etc.), and exercise care in ensuring that the finished application is acceptable to the Owner. Excessive footprints or impressions in the surface ply will be grounds for rejection thereby requiring complete membrane tear -off and replacement. 3. Priming: a. Prime metal flanges, concrete and masonry surfaces with a uniform coating,of asphalt primer. b. Primer shall provide full. coverage to ensure surfaces are dark brown to black No less than 1 to 1-1/4 gallons per square will be accepted. C. Allow primer to fully dry prior to application of asphalt/adhesive. 4. Inspect membrane and flashing application each day. Repair all deficiencies daily prior to beginning or resuming other work. a. Membrane deficiencies shall be cut open and removed as necessary. b. Repairs shall extend from lap to lap. B. Base Sheet: As a minimum the base sheet shall be mechanically attached in accordance with the base sheet fastening pattern in the applicable Florida Product Approval Listing and in the contract drawings. If additional fastening is required by the manufacturer to achieve the required wind uplift resistance, the manufacturer's requirements shall be utilized. Starting at the low point of the roof, over a properly prepared substrate, apply Indian River County Health Department Roof Replacement & Exterior Repair 075216-8 Modified Bitumen Roofing y �J - `:i base sheet in a shingle fashion with minimum 6" end laps and 4" side laps. Apply asphalt primer to head and plates of fasteners. C. Roof Membrane: 1. Apply membrane in accordance with the manufacturer's instructions and the following requirements. 2. Apply all layers of roofing free of wrinkles, creases or fishmouths. 3. Exert sufficient pressure by use of roller or broom on the roll during application to ensure prevention of air.pockets. 4. Stagger the lap seams between the base ply layer and the finish ply layer. 5. Apply all layers of roofing perpendicular to the slope of the deck. 6. Fully bond the base ply to the prepared substrate, utilizing minimum 3 -inch side and end laps.. Apply each sheet directly behind the torch applicator. _Cut a dog ear. angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T -laps immediately following sheet application. Stagger end laps a minimum•of 3 feet. 7. Fully bond the surface ply to the base ply, utilizing minimum 3 -inch side and end laps. Apply each sheet directly behind the torch applicator. Stagger end laps of the surface ply a minimum 3 feet. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T -laps immediately following sheet application. Stagger side laps of the surface ply a minimum 12 inches from side laps in the underlying base ply. Stagger end laps of the surface ply a minimum 3 feet from end laps in the underlying base ply. 8. Follow membrane manufacturer's recommendations if hot air welding of laps is required. D. Torch Application: 1. Utilize heat welders experienced in torch application. 2. Warm the surface to which the membrane is being applied, preheat portions of the roll which are about to be applied and melt the modified asphalt on the back of the sheet which will be used to adhere the membrane. The area of the roll where the modified asphalt is being melted is the most critical. Roll must be heated evenly across the entire width of the sheet being heat welded. 3. Ensure a small bead of asphalt precedes the roll as it is laid down. Bead of asphalt shall be visible to the applicator and should flow out on both sides of the sheet. E. Granule Embedment: Embed granules at all locations where membrane material will be installed over a granulated surface and a selvage edge is not present. Using a torch or embedment tool, heat the area and push the granules down into the heated bitumen. Do . not scrape or remove the granules from the surface. F. Membrane Scars and Adhesive and Bitumen Overrun Treatment: 1. Where a granule surfaced finish ply sheet is used, broadcast specified granules over all adhesive overruns and scars on the surface ply surface to .ensure a monolithic surface color. Indian River County Health Department Modified Bitumen Roofing Roof Replacement & Exterior Repair . 075216-9. G. Water cut-off: At end of day's work, or whenprecipitation is imminent, construct a water cut-off at all open edges. Cut-offs can be built using asphalt or plastic cement and roofing felts, constructed to withstand protracted periods of service. Cut-offs must be completely removed prior to the resumption of roofing. H. Flashings: Shall be installed concurrently with the membrane installation. =` i< 1. Prior to installing flashings over plywood substrates, install a layer of rosin paper and base sheet. Secure materials to plywood with approved fasteners at 6" on l' center staggered in all directions. 2. Base flashing shall be accomplished using a reinforcing ply and flashing ply. The reinforcing sheet shall be lapped a minimum of three (3) inches to itself and shall extend 'a minimum of four (4) inches onto the base ply surface from the base of the cant and a minimum of three (3) inches up the vertical termination above the toe of the cant. The flashing sheet shall be lapped a minimum of three (3) inches to itself and shall extend a minimum of six (6) inches from the toe of t the cant onto the surface ply surface and a minimum of three (3) inches up the vertical termination above the toe of the cant or as noted in the detail drawings. Lap seams in the reinforcing layer shall never coincide with the laps of the flashing layer. The reinforcing sheet and flashing sheet shall be adhered by cold adhesive (in accordance with the manufacturer's guidelines). All flashing sheets j shall be cut off the end of the roll and be applied vertically, always working to a selvage edge. 3. Base flashing shall be mechanically terminated a minimum of eight (8) inches above the finished roof surface. a. Wood Substrate: Base flashing shall be mechanically terminated using approved fasteners eight (8) inches on center. Fastener heads shall be covered with a three -course roof cement and fabric. b. Concrete/Masonry Substrate: Base flashing shall be mechanically terminated using approved fasteners.and termination bar. C. Gypsum Sheathing Substrate over Metal Stud Wall: Base flashing shall be mechanically terminated using approved fasteners and termination bar into each metal stud. 4. Base flashing shall be terminated at all roof edges by extending the base flashing at least two inches beyond the edge of the roof and mechanically attaching a termination bar vertically with appropriate fasteners eight inches on center. Provide a continuous bead of sealant along outside edge of termination bar. 5. Sheet metal incorporated into the roofing system shall be sealed off with stripping.ply. Stripping plies shall be installed in roof cement and fit tight to the. edge of the sheet metal. The stripping ply shall extend four inches beyond sheet metal onto roof membrane. Stripping ply shall be installed prior to application of surface ply. 6. Provide sealant installed to fill void between edge of sheet metal and surface -ply edge (i.e. at metal edge, pipe penetrations, etc.) properly tooled to ensure adhesion and slope to shed water. Broadcast granules into properly installed sealant. I. Fluid Applied Flashing Application Indian River County Health Department Roof Replacement & Exterior Repair 075216-10 Modified Bitumen Roofing i . ......... . 1. Using masking tape, mask the perimeter of the area to receive the flashing system. Apply resin primerto substrates requiring. additional preparation and allow primer to set. 2. Pre-cut fleece to ensure a proper fit at transitions and corners prior to membrane application. 3. Refer to manufacturer's installation instructions for application rates and additional installation information. 4. Broadcast granules into horizontal surface of fluid to match adjacent surface ply. J. Retrofit Roof Drain 1. Adhere base ply in full bed of solvent free adhesive around drain bowl. 2. Install retrofit roof drain according to manufacturer's installation instructions and strip -in with stripping membrane to extend 4" beyond drain flange. 3. Provide fluid applied flashing as shown in the contract drawings and indicated above. ' 4. Drain inserts and strainers shall be secured in place with all bolts at the end of each work day. Contractor shall water test roof drains after every instance the clamping ring is removed and reinstalled. The Contractor shall notify the Owner of the water test schedule. I{, Walk Pad Material 1. Install walk pads around all mechanical equipment and scuttles. 2. Apply walk pad material to a clean, dry surface. 3. Prior to application, cut walk pad material into maximum 5' lengths and allow to relax until flat. A straight edge or chalk line should be used to ensure straight square cuts. Do not cut the walk pad material directly on the roof surface. 4. Position walk pad material so as to leave minimum 2" gaps between panels to allow for proper drainage. 5. Adhere walk pad panels to surface .ply with roof cement applied to the back of the panels in spots approximately 5" square, Use a notched trowel to keep the cement 3/8" thick. 6. Walk-in each panel to ensure complete contact with the membrane surface. L. Ponding Water 1. The ponding of any water on the roof surface after installation of the roofing system is not acceptable and will be grounds for rejection of the roof. Ponding is herein defined as precipitation remaining in a four square foot area or larger, 1/4 inch or deeper for a period of 24 hours from the termination of precipitation. Contractor shall not apply surface ply until verification of proper drainage has been determined. Contractor shall be responsible for modifications to roof system to ensure proper drainage including but not limited to reinstallation of roof system, installation of additional tapered insulation and/or installation of additional base plies. . 3.04 CLEAN UP A. Remove all debris and excess material from the roof area. Pick-up all loose fasteners and sheet metal scraps. Indian River County Health Department Roof Replacement & Exterior Repair 07 5216-11 Modified Bitumen Roofing C B. The Contractor shall clean off/remove excess adhesive, sealant, stains and residue on the membrane and flashing surfaces. END OF SECTION 07 5216 >' Indian River County Health Department Roof Replacement & Exterior Repair 075216-12 Modified Bitumen Roofing SECTION 07 62 00. 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 0610 00 2. Preparation for Reroofing Section 07 0150 3. Roof Insulation Section 07 2216 4. Modified Bitumen Roofing Section 07 5216 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) . 2. ASTM International 3. National Roofing Contractors Association (NBCA) 4. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 5. ANSUSPRI ES -1 1.04 SUBMITTALS A. Refer to Section 0133 00 -Product Submittals for Submittals. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Pre -finished sheet metal and sealant color chart. D. Shop Drawings for any transitions and/or terminations not depicted in Contract Drawings. 1.05 MOCK-UPS A. Provide mock ups of the following sheet metal components prior to fabrication of the components: 1. Coping: Provide minimum 10' length of coping mock-up including any applicable fascia covers. Mock-up shall include at least one seam of the configuration specified. 1.06 QUALITY ASSURANCE Indian River County Health Department Roof Replacement & Exterior Repair . 07 62 00-1 Sheet Metal Flashing and Trim �:i2•5;:=:;2= rite:--x::;aa Ci 1 i:•: -5:_:r::::_ 5: _::ri i ,:,:':; a . A. Installation shall comply with the . Contract Drawings and current SMACNA Architectural Sheet Metal Manual. B. Ensure work is free of leaks in all weather conditions. C: Fabricate metal edge (where no gutter is present) and coping in accordance wit] ANSVSPRI ES -1 requirements. D. Workmanship shall be fust -class in every respect. The sheet metal work shall b assembled and secured in accordance with these specifications, the manufacturer' requirements and referenced standards. 1.07 DELIVERY, STORAGE AND HANDLING A. B. C. 1.08 A. B. 1.09 A. PART 2 2.01 Delivery: Deliver materials in the manufacturer's original sealed and labeled container and.m quantities required w allow continuity of application. Storage: Store materials within areas designated or approved by the Owner. Ensure materials remain dry, covered and not in contact with the ground. Handling: Handle material in such manner as to preclude damage and contamination with moisture or foreign matter. PROJECT CONDITIONS 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 Contractor to provide the pre -finished sheet metal manufacturer's thirty (30) year finish warranty from the date of final completion PRODUCTS PRE -FINISHED STEEL A. ASTM A 653, AISI G90 zinc coated sheets, commercial steel, extra smooth, primed and finished on one side with Kynar/Hylar based fluoropolymer coating of 1.0 mil total dry film thickness, and on the reverse side, with a wash coat of 0.3 to 0.4 mil dry film thickness. 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. Slip Flashing b. Receiver Flashing C. Counterflashing d. Base Flashing Closure e. Threshold Flashing . E Expansion Joint Cover Indian River County Health Department Roof Replacement & Exterior Repair .076200-2 Sheet:Metal Flashing and Trim g. Coping h. Scupper Face Plate` 2.02 GALVANIZED STEEL A. ASTM, A 653, AIR G90 galvanized steel, mill finish. 1. 22 gauge. a. Continuous Cleat 2.03 STAINLESS STEEL A. 26 gauge, Type 304 as tested in accordance with ASTM A 167. 1. Multiple Pipe Enclosure Components 2. Scupper Liner B. Compression Bar: 1/4" X 1.5" stainless steel flat bar. 2.04 LEAD A. Four pound soft lead: 1. Lead Wedges 2.05 FASTENERS A. Roofing Nails: 11 or 12 gauge stainless steel ring shank roofing nails with diamond point, minimum 3/8" diameter head and length as required to penetrate substrate a minimum of 1-1/4". B. Screws: 1. Sheet metal to wood attachment (exposed): #12 stainless steel,.5/16 HWH with length to penetrate substrate a minimum of 1-1/2". Provide with bonded EPDM washer or washer specified below. 2. Sheet metal to wood attachment (concealed): #10 stainless steel, low profile pancake head with length to penetrate substrate a minimum of 1-1/2". 3. Sheet metal to light gauge steel attachment: #14-13 DPl stainless steel low profile pancake head of length as required for three threads to penetrate metal substrate or min. l"penetration though wood substrates. 4. Sheet metal to sheet metal attachment (exposed): 1/4" x 7/8" carbon steel, self - drilling point, self -tapping, zinc alloy hex head screws with bonded EPDM tubular washer under head of fastener; screw heads to match color of wall panel by means of factory applied coating. 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. Indian River County Health Department Roof Replacement & Exterior Repair 076200-3.. Sheet Metal Flashing and Trim s. - f. :_... _... i 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. Sheet Metal 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: 1. Mid -States Asphalt Quik -Stick HT 2. Grace Ice and Water Shield HT 3. Carlisle WIP 300 HT B. Compressible Insulation: Un -faced friction -fit .fiberglass building insulation; cut to fit from 3-1/2"x 1511x48" batts. C. Polyurethane 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. D. 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. E. Sealant Tape: Minimum 1/2" wide non -skinning butyl sealant tape. F. Butyl Sealant: Shall be gun grade, non -skinning, non -hardening, flexible blend of butyl rubber and polyisobutylene sealant. G. Backer Rod: Closed -cell polyethylene or polyurethane rods sized approximately 25% larger thanjoint opening. H. Solder: 80-20 tin -lead alloy conforming to ASTM B32. I. Pourable Sealer: Two part pourable polyurethane sealant conforming to ASTM D 429, and designed to seal around penetrations. PART 3 EXECUTION 3.01 EXAMINATION 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. 3.02 INSTALLATION Indian River County Health Department Roof Replacement & Exterior Repair 07 62 00-4 Sheet Metal Flashing and Trim a - A. General: 1. All joints to be locked and sealed of 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.. Prime all metal surfaces (top and bottom) to receive bituminous materials. Allow primer to dry thoroughly before application of bituminous materials: 5. All metal flanges shall be installed on top of membrane and adhered as indicated in detail drawings. Metal flanges connected to the roof shall be installed per membrane manufacturer's specifications and the requirements herein. 6. Various sheet metal sections shall be uniform with corners, joints and angles mitered, sealed and secured. 7. Exposed edges shall be returned (hemmed); both for strength and appearance, and sheet metal shall be fitted closely and neatly. 8. Provide cleats or stiffeners and other reinforcements to make all sections rigid and substantial. 9. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, "oil canning", and buckling. 10. 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 and lapped to ensure a redundant layer of protection will shed moisture infiltration in the sheet metal fails. B. Sheet Metal Underlayment: 1. Fully adhere to substrates where indicated in Contract Drawings. 2. Lap adjoining sections a minimum of 3" and fully adhere. 3. Shall extend beyond wood blocking a minimum of 1" at roof edges and parapet walls. 4. At roof edges and parapet walls, sheet metal underlayment shall be installed ' concurrently with roof membrane and flashing installation. Temporary weather protection utilizing other materials is not . acceptable when sheet metal underlayment is specified. C. 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. D. Slip Flashing for Curbs 1. Fabricate slip flashing at curbs as shown in detail drawings in 10' lengths. 2. Slip flashing shall extend a minimum of 4 inches below base flashing termination and shall fit tightly against curb. Indian River County Health Department Roof Replacement & Exterior Repair 07.62 00-5 Sheet Metal Flashing and Trim 3. Secure slip flashing 12" on center of a minimum of two fasteners per side of the curb. 4. Notch and lap ends of adjoining 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. E. Expansion Joint 1. Fabricate expansion joint cover and cleat as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-5A. 2. Prior, to installation of expansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install sheet metal underlayment up and over expansion joint extending a minimum of 2" down below the top of the expansion curb on both sides. 4. Provide continuous expansion joint cleat fastened to the expansion curb 8" on center. 5. Lock expansion joint cover onto cleat and fasten remaining vertical leg of cover to wood blocking 12" on center. 6. Notch and lap ends of adjoining expansion joint cleat sheet metal sections not less than 4"; apply sealant tape between sections. 7. Provide drive seam at adjoining expansion joint cover sections. Turn cover ends. back a minimum of 1" onto itself. Allow space for expansion between adjoining sections and install sealant. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-2, type 4. F. Reglet Mounted Two -Piece Receiver and Counterflashing 1. Verify reglet installation location does not occur at the hollow cell portion of the concrete masonry block. 2. Fabricate receiver and counterflashing as shown in detail drawings in 10 lengths. 3. Install receiver flashing into saw -cut reglet and secure with soft metal wedges at 18" on center set deep into joint or surface mount at 12" on center. 4. Install sealant properly tooled to ensure adhesion and slope to shed water in saw - cut reglet. Sealant shall completely cover soft metal wedges. 5. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. Stagger receiver anchors/wedges with counterflashing fasteners. 6. Counterflashing shall extend a minimum of 4 inches below base flashing termination. 7. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply sealant tape between sections. 8. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. G. Parapet Wall 1. Fabricate coping in 10' lengths. Width of coping shall be fabricated to be a maximum of 1/2" wider than the width of the wall; Contractor is. responsible to field verify parapet wall width prior to sheet metal fabrication.. Refer to SMACNA Architectural Sheet Metal Manual Figure 34A. 2. Install sheet metal underlayment up and over parapet extending a minimum of 1" below wood blocking. Indian River County Health. Department Roof Replacement & Exterior Repair 07 62 00-6... Sheet Metal Flashing and Trim i 3. Secure slip flashing 12" on center of a minimum of two fasteners per side of the curb. 4. Notch and lap ends of adjoining 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. E. Expansion Joint 1. Fabricate expansion joint cover and cleat as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-5A. 2. Prior, to installation of expansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install sheet metal underlayment up and over expansion joint extending a minimum of 2" down below the top of the expansion curb on both sides. 4. Provide continuous expansion joint cleat fastened to the expansion curb 8" on center. 5. Lock expansion joint cover onto cleat and fasten remaining vertical leg of cover to wood blocking 12" on center. 6. Notch and lap ends of adjoining expansion joint cleat sheet metal sections not less than 4"; apply sealant tape between sections. 7. Provide drive seam at adjoining expansion joint cover sections. Turn cover ends. back a minimum of 1" onto itself. Allow space for expansion between adjoining sections and install sealant. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-2, type 4. F. Reglet Mounted Two -Piece Receiver and Counterflashing 1. Verify reglet installation location does not occur at the hollow cell portion of the concrete masonry block. 2. Fabricate receiver and counterflashing as shown in detail drawings in 10 lengths. 3. Install receiver flashing into saw -cut reglet and secure with soft metal wedges at 18" on center set deep into joint or surface mount at 12" on center. 4. Install sealant properly tooled to ensure adhesion and slope to shed water in saw - cut reglet. Sealant shall completely cover soft metal wedges. 5. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. Stagger receiver anchors/wedges with counterflashing fasteners. 6. Counterflashing shall extend a minimum of 4 inches below base flashing termination. 7. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply sealant tape between sections. 8. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. G. Parapet Wall 1. Fabricate coping in 10' lengths. Width of coping shall be fabricated to be a maximum of 1/2" wider than the width of the wall; Contractor is. responsible to field verify parapet wall width prior to sheet metal fabrication.. Refer to SMACNA Architectural Sheet Metal Manual Figure 34A. 2. Install sheet metal underlayment up and over parapet extending a minimum of 1" below wood blocking. Indian River County Health. Department Roof Replacement & Exterior Repair 07 62 00-6... Sheet Metal Flashing and Trim ..... .... .. 3. Install continuous cleat fastened to substrate .6" on center in vertical leg. Locate fasteners no greater than 3" from the bottom hem. 4. Lock outside face of coping onto continuous cleat and secure inside face as follows: a. For coping widths up to and including 12 inches, secure with screws through waterproof washers and oversized holes at 18 inches on center. b. For coping widths greater than 12 inches, secure inside face with continuous cleats. Secure -cleat through vertical face of cleat to blocking with fasteners at 6 inches on center. Locate fasteners no greater than 2 inches from the bottom hem. 5. Provide drive seam . at adjoining coping sections. Turn cover ends back a minimum of .1" onto itself. Allow space for expansion between adjoining sections and install sealant. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-2, type 4. 6. Provide seams located between 12" and 18" from each direction of the coping corners measured on the•interior side. 7. Provide one piece coping section at four way and tee intersections. 8. Turn coping ends up a minimum of 2' at elevation walls and cover termination with surface mounted counterflashing. H. Through -Wall Primary/Overflow Scupper 1. Fabricate thru-wall scupper flange, liner, and faceplate as shown in detail drawings. Scuppers dimensions shall be as indicated in the Contract Drawings. 2. Clean and solder all seams of the flange and liner. 3. Install flashing membrane through scupper opening prior to installing new scupper to seal wall cavity. 4: Provide flange which extends a minimum of 4" on top and sides of scupper, and extends a minimum of 4" out onto the horizontal membrane. Mechanically fasten the horizontal flange into structural deck 8" on center or a minimum of two fasteners per scupper with approved fasteners. 5. Strip -in flange as specified in Contract Drawings, 6. Provide faceplate which extends 1.5" around the entire scupper and secure to wall substrate with four fasteners. Set faceplate in a bead of sealant. 7. Scupper Liner shall extend 1" beyond the exterior wall face and lock onto faceplate. I. Multiple Pipe Penetration 1. Fabricate pitch pan, pipe enclosure flashing, and closure cap as shown in detail drawing's. Refer to SMACNA Architectural Sheet Metal Manual Figure 4-14A. 2. Size pitch pan minimum 2" larger than the penetration on all sides. Provide a 4" minimum flange and double walls with minimum depth of 6". 3. Set flange of pitch pan. in full bead of roof cement and strip -in flange of metal edge as specified. 4. Install 2" wide aluminum tape around all sides of pitch pan extending 1/2" above top edge. 5. Fill pitch pan with non -shrink grout to a depth of 2" from the top of the tape. 6. Fill pitch pan with pourable sealer to the top of the tape. Slope to shed water. 7. Secure pipe enclosure flashing and cap as indicated in detail drawings. . 8. Clean and solder all seams. Indian River County Health Department. Roof Replacement & Exterior Repair. 07.62 00-7 Sheet Metal Flashing and Trim .... ..... . . ....... . . . . . . ........... is ........... J. Base Flashing Closure 1. install new closures where base flashings abruptly end. 2. Completely solder or seat all joints to be watertight. 3. install closures over membrane and under finish ply of base flashing. 4. Extend closures up under counterflashings or copings. 5. Install closures to completely seal ends of base flashings, membrane and cants, as well as end joints of edge metal. 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. Hz END OF SECTION 07 62 00 Indian River County Health Department Roof Replacement *& Exterior Repair .076200-8 Sheet Metal Flashing and Trim SECTION 07 72 00 ROOF ACCESSORIES PART GENERAL `= 1.01 SECTION INCLUDES A. Furnish and install roof accessory assemblies as indicated and required by the Contract Drawings. 1. Provide one way moisture relief vents. 2. Provide aluminum stand for mechanical units. 3. Provide pipe supports for all rooftop conduit, electrical lines, condensation lines, etc. 4. Provide PVC pipe to route condensation from HVAC p -traps to nearest drainage . point. 1.02 ti RELATED DOCUMENTS f: A. Drawings and general provisions of the Contract, including General and Supplementary L Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Preparation for Reroofing Section 07 0150 2. Roof Insulation Section 07 2216 3. Modified Bitumen Roofing Section 07 5216 4. Sheet Metal Flashing and Trim Section 07 62 00 1.03 SUBMITTALS A. Refer to Section 0133 00 -Submittals. B. Latest edition of the Manufacturer's current material specifications and installation in- structions. C. Manufacturer's Product Data Sheetsfor all materials specified certifying material com- plies with all specified requirements. D. Product Test Reports: Based on evaluation of comprehensive tests performed by a quali- fied testing agency, for the following: 1. Aluminum stand for mechanical units: Include reports for approved Florida Product Approval. E. Contractor shall provide documentation from an Engineer registered to practice in the State. of Florida existing structure can withstand superimposed load of the proposed alu- minum stand for mechanical equipment and the stand connection to the roof deck and ap- pliance connection to the stand meets the wind design criteria provided by the Engineer ' of.Record. F. Contractor shall provide manufacturer's calculations demonstrating holding strength of fasteners, to existing structure, in accordance with submitted test data, provided by fas- tener manufacturer, based on length of embedment and properties of materials. Indian River County Health Department Roof Replacement & Exterior Repair 07720.0-11 Roof Accessories _ - �:v:-:::ice?: `:::j_:�.; ;:•,,;'-::::-:: - �.... .. ....... .�. ,:... __. .. 1. ilii VX 1.04 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: Deliver materials to site in Manufacturer's original unopened packaging with labels intact. B. Storage: Adequately protect against damage while stored at the site. C. Handling; Comply with Manufacturer's instructions. 1.05 PROJECT CONDITIONS A. Field Measurements: Verify all dimensions required. 1.06 WARRANTIES A. All roof accessories shall be included in the specified roof system manufacturer's warran- t' PART PRODUCTS 2.01 MATERIALS A. One way moisture relief vents: Shall be of spun aluminum construction (plastic vents are not acceptable) and designated for "one-way" venting with a minimum venting volume of .42 cfin. Acceptable products include: 1. Marathon MC Vent EH 2. Engineers approved equivalent B. Aluminum stand for mechanical units: Shall be of aluminum construction and designated for support of two mechanical units at a maximum combined length of 6 feet. Acceptable manufacturers include: 1. Avcoa 2.. Precision Aluminum Products 3. Engineers approved equivalent C.Pipe support: Smooth EPDM rubber pipe support sized to fit the diameter of the pipe be- ing supported and height adjustable. Acceptable products include: 1. Olympic Olyflow PipeGuard 2. Erico Caddy Pyramid EZ Series 3. Portable Pipe Hangers 4. Miro Industries PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions:. Examine subsurfaces to receive Work and report detrimental conditions in writing to Architect. Commencement of Work will be construed as ac- ' ceptance of subsurfaces. B. Coordination: Coordinate with other Work which affects, connects with, or will be con- cealed by this Work Indian River County Health Department Roof Replacement & Exterior Repair.. 07 72 00-2 Roof Accessories - --------------- 3.02 INSTALLATION A. Venting . 1. Provide for interior venting; install one-way moisture relief vents at an approxi- mate rate of one vent per 900 square feet of roof area. 2. Locate vent locations symmetrically by chalk line. Refer to Contract Drawing for one-way vent layout. . 3. Core hole of diameter recommended by roofing manufacture in LWIC system down to but do not damage temporary membrane. 4. Fill void in LWIC.with fiberglass batt insulation. 5. Refer to Section 07 52 16 -Modified Bitumen Roofing for specific flashing re- quirements: a. Prime both sides of metal flange and set in bed of roof cement. b. Strip -in flange to base ply with stripping ply and cold adhesive. Strip- ping ply shall extend a minimum of 4" onto base ply and fit closely to lip of vertical sleeve. C. Install elastomeric sealant in void between surface ply and base of sleeve. B. Aluminum Stand for Mechanical Units is 1. Provide new aluminum stands for mechanical unit supports at locations noted on contract drawings. 2. The Contractor shall consult the manufacturer's published literature and follow the recommended requirements for pre -drilling, cleaning, placement and compat- ibility of substrates. Follow manufacturer's requirements for fastener spacing, substrate preparation.and substrate embedment. C. Pipe Supports 1. Provide pipe supports at all rooftop gas, electrical conduit and condensation lines with a 5' maximum spacing. 2. Provide new PVC condensation lines with integral P -trap on HVAC units. 3. Route condensation lines to nearest drainage point (i.e. roof drain, gutter, or scupper)., 3.03 CLEANING A. During the course of the Work and on completion, remove and dispose of excess materi- als, equipment and debris away from premises. END OF SECTION 07 7200 Indian River County Health Department Roof Replacement & Exterior Repair 07 72 00-3 Roof Accessories . SECTION 07 92 00 `ry' ELASTOMERIC JOINT SEALANTS PART GENERAL 1.01 WORK INCLUDED A. Windows, Door Frames and Vents: Seal all exterior window frame to masonry substrate perimeter joints, window frame to glass joints at storefront window units, exterior door frames and exterior vents. Remove old stucco and existing -sealant of joints, properly prepare and clean substrate, prime substrate as determined from sample adhesion tests, install backer -rod or tape to prevent 3 -sided adhesion, and install specified sealant properly tooled to ensure adhesion. B. Horizontal Stucco Channel Screed: Seal horizontal stucco channel screed joint at elevation 24 feet from ground. Remove old stucco and sealant joints at horizontal legs of existing channel sereed, properly prepare and clean all joints, prime substrate as determined from sample adhesion tests, install backer -rod or tape to prevent 3 -sided adhesion, and install specified sealant properly tooled to ensure adhesion. Install manufacturer's reinforcement strip at horizontal stucco screed joints. 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 REFERENCES A. Refer to the following references for specification compliance: 1. Federal Specification TTS -00230C Elastomeric type, cold -applied single - component for caulking, sealing and glazing in building .areas, and other structures. 2. ASTM C 719 3. ASTM C 794 4. ASTM C 920 5. ASTM C 1193 6. ASTM C 1248 7. ASTM D 412 S. ASTM D 624 B. Underwriters Laboratories, Inc. — UL 1.04 SUBMITTALS A. Refer to Section 0133 00 -Submittals. B. Submit sealant manufacturer's most current product data sheets for the materials specified. C. Submit sealant manufacturer's installation instructions for each type of joint sealant specified. Indian River County Health Department Roof Replacement& Exterior Repair 07 92,094 Elastomeric Joint Sealants D. Samples for Verification: Contractor shall provide Manufacturer's standard color selection for Owner's approval. Physical. sample of pre -selected color(s) shall be required for submittal for final approval of color by Owner before installation. E. Product Certificates: Contractor shall provide certificate(s) from joint sealant Manufacturer indicating compliance with all .specified ASTM C-920 and ASTM C-719 for adhesion and cohesion under cyclic movement, adhesion -in -peel and indentation hardness indicating sealant will meet movement class indicated. F. Compatibility and Adhesion Test Reports: Contractor shall submit Manufacturer's letters indicating actual substrate samples have been tested for adhesion and compatibility. Surface preparation methods shall be included along with primer requirements for the substrates tested. G. Non -Stain Testing: Contractor shall provide certification for silicone joint sealants indicating completion of stain testing in compliance with ASTM C-1248 for non -fluid - staining results on porous surfaces . such as Concrete, Granite and Marble where applicable. H. Compatibility and Adhesion Test Reports: Contractor shall submit Manufacturer's letters indicating actual substrate samples have been tested for adhesion and compatibility. Surface preparation methods shall be included along with primer requirements for the substrates tested 1.05 QUALITY ASSURANCE A. Installer Qualifications: 1. Contractor shall have a minimum of 5 years successful experience in building envelope restoration with the application of elastomeric joint sealants on projects of similar type and nature. 2. Contractor must be approved by Sealant Manufacturer. B. Manufacturer's Field Services: During construction and until substantial completion, manufacturer's representative shall perform monthly quality assurance site visits to ensure materials are being properly installed and as required to obtain the specified warranty. 1. The manufacturer shall be present during the field mock-up phase and testing. 2. Coordinate all site visits with Engineer. Submit reports of findings within one week of inspection. Payment applications will be rejected until applicable reports 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 wall area 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 manufacturer's final inspection conducted without REI personnel in attendance will be repeated at no additional cost to the Owner. C. Source Limitations: Contractor shall obtain each type of joint sealant, related structural glazing sealant or related elastomeric coatings and joint sealant primers through one source from a single Manufacturer. Indian River County Health Department Roof Replacement & Exterior Repair 079260-2 Elastomeric, Joint Sealants t_. - ff D. Field Mock-up: 1. Before caulking work begins' the successful contractor shall prepare for. caulking three (3) joints, each approximately forty-eight (48") inches long, in each type _ material to be caulked. The joints shall be treated as hereinafter specified as to preparation. After the joint preparation has been observed by the Engineer, Sealant Manufacturer, and the Contractor, the joints shall be caulked and allowed to reach final cure. 2. After final cure, the Sealant Manufacturershall obtain samples and test for appropriateness of preparation, installation and for adhesion of sealant to substrate. 3. After the manufacturer's representative has observed the on-site job preparation and sealant application for the test areas, and after the material has been tested =: for appropriateness of use and field condition compliance with the specifications, the sealant manufacturer shallresent to the Engineer a certification that the t`= P g sealant material is in compliance with the specifications and that field conditions t tests confirm that the sealant material is appropriate and suitable for the intended use. 4. Work on the project may not begin until approved field tests have been accepted . by the Engineer. E. During the progress of the work, after material has received final cure, hand pull test in accordance with procedures as published by SWRI, shall be performed by the Contractor I" in the presence of the Engineer. Tests shall be performed at random times in random areas selected by the Engineer. Contractor shall repair all test areas at no additional i charge to the owner, j 1.06 DELIVERY, STORAGE, AND HANDLING A. Delivery: Material shall be delivered in the manufacturer's original sealed and labeled containers and cartons. B. Storage. Materials shall be stored out of direct exposure to the elements, located above standing water at least 4 inches above ground level. Non -sweating tarpaulins will be placed to prevent moisture contamination. C. Sealants are heat and moisture sensitive and shall be protected from excessive heat exposure and moisture exposure. D. Sealants shall not be exposed to prolonged freezing temperatures. E. Shelf Life: Products over 9 months old shall not be used unless Manufacturer's published literature allow. Contractor shall document product self -life information, and check expiration date before use. F. Handling: Material shall be handled in such a manner to prevent exposure to moisture. During cold temperatures (less than 40°F) store containers at room temperature for 24 hours. 1.07 PROJECT CONDITIONS A. Sealant shall not be applied during precipitation or started in the event there is a. probability of precipitation during the application. Conditions shall be forecast to be dry for no less than 24 hours after application Indian River County Health Department Roof Replacement & Exterior Repair 07 92 00-3 B. No more sealant shall be installed than can cure for 24 hours before precipitation. 1.08 PART 2 2.01 A. WARRANTY Material Manufacturer's Warranty: 1. The Sealant manufacture shall guarantee their material to have or to exceed the properties specified within this section of the specifications and shall agree to replace all products proved to be defective. 2. Silicone Sealant Warranty shall be for a Five (5) year -period beginning at date of final completion of the work. 3. Urethane Sealant Warranty shall be for a Five (5) year period beginning at date of final completion of the work. PRODUCTS MATERIALS Polyurethane Sealant Components 1. Polyurethane Sealant: Shall be a twb-component, premium grade, polyurethane - based elastomeric material. It shall be applicable in horizontal, vertical, and overhead joints. The sealant shall cure under the influence of atmospheric. moisture to form an elastomeric substance. Shall meet Federal Specification TT- S -00227E, Type II, Class A and ASTM C 920, Type M, Grade NS, Class 25, Use NT, M, G, A or O. Color to be chosen by Owner from manufacturer's standard color chart, and approved by Owner in advance of application. Acceptable Manufacturers include: a Sonnebom Sonolastic NP 2 b. Sika Sikaflex 2C NS C. Pecora DyanTrol II 2. Primer: Primer manufactured and recommended by Sealant Manufacturer. Contractor shall consult sealant Manufacturer's published .literature for specific substrate and primer types. Acceptable manufacturers include Sonneborn Primer 733 or 766 (733 for Kynar finishes requiring primer), Sikaflex Primers (260/205 for metals, 429/202 for masonry, 449/203 plastics), Pecom Primers (P-75 or 150 on porous substrates, P-120 on non -porous substrates) or engineers accepted equivalent. 3. Backer Rod: Closed -cell backer -rod or soft backer -rod as recommended by sealant Manufacturer. Closed -cell backer rod shall be 1/8" larger than joint for compression, and soft backer -rod shall be 25% greater than joint for tight fitting compression in the joint. 4. Bond -breaker Tape: Polyethylene strip or tape, as recommended by or supplied by the sealant Manufacturer to prevent 3 -sided bond in joints. Silicone Sealant Components: 1. Silicone Sealant: Shall be a one -component, non -sag, neutral cure, low -modulus, . UV resistant, high performance silicone sealant for high movement expansions and control joints. Shall meet ASTM C 920, Type S, Grade NS, Class 100/50, Use NT, M, G, A or O. Color to be chosen by. Owner from manufacturer's standard color chart, and approved by Owner in advance of application. Indian River County Health Department Roof Replacement & Exterior Repair 07.92.00-4 Elastomeric Joint Sealants . 2. Silicone Sealant (Glazing): Shall be a one -component, non -sag, .neutral cure, low -modulus, UV resistant, high performance silicone sealant for high movement expansions and control joints. Shall meet ASTM C 920, Type S, Grade NS, Class 50, Use NT, M, G, A or O. Color to be chosen by Owner from manufacturer's standard color chart, and approved by Owner in advance of application. Acceptable Manufacturers include: a. Dow 795 Building Sealant b. Pecora 895 NST Silicone C. Sikasil-WS 295 3. Primer: Primer manufactured and recommended by Sealant Manufacturer. Contractor shall consult sealant Manufacturer's published literature for specific substrate and primer types. 4. Backer Rod: Open -cell polyurethane backer -rod or soft polyethylene backer -rod as recommended by sealant Manufacturer. Backer rod shall be 25% greater than joint for tight fitting compression in the joint. S. Bond -breaker Tape: Polyethylene strip or tape, as recommended by or supplied by the sealant Manufacturer to prevent 3 -sided bond in joints. PART 3 EXECUTION 3.01 EXAMINATION A. Site Verification of Conditions: Contractor shall inspect joints indicated for restoration ! with joint sealants and verify joint substrate conditions are acceptable for installation in accordance with sealant Manufacturer's instructions. Contractor shall correct unsatisfactory conditions before installing sealants. 1. General: Contractor shall determine acceptable removal techniques for contaminants harmful to joint sealant performance such as dust, dirt, grease, oils, curing compounds, form release agents, laitance and waterproofing film or over - spray coatings. All surfaces shall be cleaned and totally dry, frost -free and dust - free before sealant application to ensure optimum results. 2. Surface Defects and Repairs: Contractor shall identify contaminants in substrates that are harmful to system performance. Contractor shall remove and legally dispose of existing joint sealants or contaminated materials. New substrates or newly repaired surface defects shall be allowed to cure to full, load-bearing capacity per manufacturer's recommendations. Porous surfaces shall be cleaned using heavy-duty brushing or light abrasive cleaning methods followed by oil - free, compressed air blast. B. Commencement of work signifies Contractor's acceptance of substrate. Any defects in sealant work resulting from such accepted substrates shall be corrected by the Contractor at no additional expense to the Owner. 3.02 PREPARATION. Indian River County Health Department Roof Replacement & Exterior Repair 07 92 00-5 Elastomeric Joint Sealants A. General: Prior to installation, the Contractor shall remove existing joint sealant materials and clean substrates of substances that could impair the bond of. joint sealants. The Contractor shall remove any existing joint sealant residue. The Contractor shall clean and prepare joint surfaces immediately before installing joint sealants. The Contractor shall protect adjacent work areas and finished surfaces from damage during joint sealant installation. B. The Contractor shall clean porous joint surfaces by using heavy-duty brushing, light abrasive, mechanical abrading or combination of these methods to produce a clean, sound surface for optimum bond with joint sealants per manufacturer's recommendations. Provide a dry, dust -free and cleaned substrate for optimum results. C. Non -porous surfaces shall be cleaned using the two -cloth solvent wipe method as referenced in ASTM C-1193 and outlined by joint sealant manufacturer's instruction. IPA (isopropyl alcohol) is not a degreasing solvent yet may be used in new construction for non -porous joint cleaging and preparation. Use xylene, toluene or MEK for degreasing solvent and general cleaning of non -porous surfaces. The Contractor shall follow all applicable precautions associated with solvents. D. The Contractor shall coordinate cleaning, priming and installation to avoid contamination of wet, freshly coated or on adjacent finished surfaces. Rusting or scaling surfaces shall be removed using abrasive cleaning methods as recommended by joint sealant Manufacturer prior to joint sealant installation. E. Efflorescence, mold, mildew and algae shall be removed and neutralized by the Contractor prior to joint sealant installation. Prepare finish -coated surfaces in accordance with -joint sealant Manufacturer's specific recommendations. 3.03 INSTALLATION A. General: The Contractor shall comply with joint sealant Manufacturer's written installation instructions for products, primers and applications. B. Mix two component products per manufacturer's recommendations. C. Contractor shall apply joint sealants for continuous waterproof sealant joint protection. Vertical joints should be lapped over horizontal joints as recommended by sealant Manufacturer. Contractor shall comply with installation recommendations in ASTM C- 1193 for use of joint sealants as applicable to each specific sealant installation. D. Contractor shall install sealant primers when recommended by sealant Manufacturer and demonstrated at pre -construction tests after joint surface preparation has been completed and when surfaces are verified as clean and dry. 1. Apply sealant Manufacturer's primer per Manufacturer's instructions. 2. Contractor shall follow Manufacturer's specific safety, health and environmental recommendations per most recent Material Safety Data Sheets, technical bulletins and instructions. Handle` all solvents in compliance with applicable EPA, OSHA and VOC requirements regarding health/safety standards. 3. Contractor shall allow any primer installation to completely dry or cure prior to installation of backing or joint sealants. E. Contractor shall install joint sealant backings of type and size required. Indian River County Health Department Roof Replacement & Exterior Repair 07 92 00-6 Elastomeric Joint Sealants L Avoid gaps, twisting, stretching or puncturing joint sealant backing materials. Place backing materials into joint opening using a gauge .or roller -tool designed to provide the . appropriate uniform depth allowing optimum sealant profile, sealant coverage and long-term joint sealant performance. 2. Install bond -breaker tape behind sealant joints where sealant backings are not feasible and to avoid 3 -sided adhesion at backside of sealant joint. 3. Use masking tape to protect adjacent finished surfaces prior to joint sealant installation. F. Contractor shall install joint sealants in accordance with joint sealant Manufacturer's instructions using proven techniques that comply with the following and in proper sequence with installation of joint backings. 1. Using proper joint sealant dispensing equipment, place sealants by pushing sealant beads into opening to fully wet -out joint sealant substrates. Fill sealant joint opening to full and proper configuration. 2. Install, providing uniform cross-sectional shapes and depths in relation to joint width for optimum sealant movement capability per joint sealant manufacturer's instructions. G. Contractor .shall tool all non -sag joint sealant installations. Immediately after placing fresh sealants and before skinning or curing begins, tool sealants using metal spatulas designed for this purpose in accordance with sealant Manufacturer's recommendation. Tooling process should form a smooth, uniform sealant finish, eliminating air pockets and ensuring good contact for optimum joint sealant adhesion within each side of the joint opening. 1. Provide concave joint configuration as indicated per figure 5-A in ASTM C-1193 unless otherwise indicated for the project. Wet tooling .of joint sealants is not permitted. 2. Remove excess sealant from surfaces adjacent to joint openings using metal spatula, promptly cleaning any sealant residue from adjacent finished surfaces. Remove masking after joint sealant is installed. , H. The Contractor shall allow joint sealants to cure for a minimum of 7days before adhesion testing is performed as recommended by joint sealant Manufacturer for field-testing. 1. The Contractor shall match approved sealant mock-up -for color, finish and overall aesthetics. The Contractor shall remove, refinish or re -install work not in compliance with the Contract Documents. 3.04 FIELD QUALITY CONTROL A. Where required above, the Contractor shall ensure Manufacturer's field service is provided consisting of site visits at the start of the project, during application, and upon, completion of the project. Site visits shall be by qualified Manufacturer's representative. B. Field -Adhesion Testing: The Contractor shall keep daily log of sealant installation recording self -performed field -adhesion testing at each elevation of the project and as follows: L The Contractor shall document and perform field -adhesion testing in accordance with Manufacturer's recommended field -adhesion testing to qualify for -joint sealant Manufacturer's Warranty. Indian River County Health Department Roof Replacement & Exterior Repair 07 92 00-7 Elastomeric Joint Sealants 2. The Contractor shall be responsible for performing five (5) fietd-adhesion tests. When the sealant is used to weatherseal between two (2) dissimilar substrates, the sealant adhesion to each side of the joint should be individuallytested. 3. The Contractor shall field test joint sealants in accordance with Method A, Field - Applied Sealant Joint Hand -Pull Tab, in Appendix X-1 in ASTM C-1193 and in compliance with Manufacturer's specific recommendations. 4. Evaluation: In compliance with joint sealant manufacturer, joint sealants tested and not indicating adhesive failure within the substrates are considered satisfactory results. For joint sealants that fail to adhere to the substrate, clean, re- install and then re -test until satisfactory results are obtained. C. The Engineer and Owner reserves the right to complete recommended testing required by the Manufacturer at completion of work to ensure warranty requirements and contract compliance are met. 3.05 CLEANING AND PROTECTION A. The Contractor shall clean off/remove excess sealant or sealant residue adjacent to joint sealant installations as the work progresses by methods approved by joint sealant Manufacturer. The Contractor shall not damage adjacent surfaces with harmful removal techniques' and protect finished surfaces beyond those that have been masked. The i Contractor shall protect installed sealants during and after final curing from damage resulting during construction. The Contractor shall remove and replace damaged joint sealants. B. The Contractor shall remove temporary coverings and masking protection from adjacent work areas upon completion. Remove construction debris from the project site on a planned and regular basis. END OF SECTION 07 92 00 i i -i i i Indian River County Health. Department Roof Replacement & Exterior Repair 0792100-.8 Elastomeric Joint Sealants .. i ........:. it s? L.. SECTION 09 0190 ELASTOMERIC COATING RESTORATION PART GENERAL 1.01 SECTION INCLUDES A. Prepare walls by using high-pressure waterblasting, identify and remove loose or delaminated areas for exterior wall elevations indicated in contract drawings. B. Provide finish coating for vertical, above -grade stucco (Portland cement plaster) for exterior'wall elevations indicated in contract drawings. 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.' Elastomeric Joint Sealants Section 07 92 00 1.03 SUBMITTALS A. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. B. Color samples. C. Provide 4' x 4' mock-up of coating of up to five color options for Owner selection. 1.04 REFERENCES A. ASTM International: 1. C 1305, Crack Bridging 2. D 412, Tensile Strength, Elongation, and Recovery 3. D 522, Mandrel Bend Flexibility 4. D 2247, Moisture Resistance 5. D 3273, Mold Resistance 6. D 4541, Direct Tensile Bond 7. E 96, Water Vapor Permeability, wet cup method B. EN 1062, Carbon Dioxide Diffusion C. EPA Method 24, VOC D. Federal Specification TT C 555 B E. SWRI Priority Property Profile for Elastomeric Wall Coatings 1.05 QUALITY ASSURANCE: A. Qualifications: 1. Manufacturer Qualifications: Company with minimum 10 years of experience in e Indian River County Health Department Roof Replacement & Exterior Repair 090190-1 Elastomeric Coating Restoration manufacturing of specified products and systems. 2. Applicator Qualifications Company with minimum of 5 years experience in application of specified products and systems on projects of similar size and scope, and is acceptable to product manufacturer. B. Field Sample: 1. Install at pre -selected area of building an area for field sample, minimum 4 feet by 4 feet, using specified system. .2. Apply material in strict accordance with manufacturer's written application instructions. 3. surface preparation, repair, and workmanship. 4. Field sample will be standard for judging workmanship on remainder of Project. 5. Maintain field sample during construction for workmanship comparison. 6. Obtain Consultant's written approval of field sample before start of material application, including approval of aesthetics, color, texture, and appearance. C. Preconstruction Field -Adhesion Testing: 1. Perform adhesion per ASTM D3359, Measuring Adhesion by Tape, Method A. . Minimum adhesion rating of 4A is required on 0 to 5 scale. D. Stucco Thickness: General 1. Direct Application to Concrete or Concrete Masonry: a. Stucco thickness shall not exceed 5/8 -inch applied in three coats. 1.06 A. B. C. 1.07 2. Application to Metal Plaster Bases: A. Galvanized diamond mesh metal lath: i. 1.751b/yd2: stucco thickness shall be 1/2 inch applied in one or two coats. ii. Minimum 2.5 lb/yd2: stucco thickness shall be A to 7/8 inch. '/2 inch thickness shall be applied in one or two coats. Thicknesses in excess of Y2 inch up to 7/8 inch shall be applied in two coats. b. Woven wire fabric lath: stucco thickness shall be 1/2 inch applied in one or two coats. DELIVERY, STORAGE AND HANDLING Deliver products in original packaging, labeled with product identification, manufacturer, batch number and shelf life. Store products in a dry area with temperature maintained between 50 and 85 degrees F (10 and 29 degrees C). Protect from direct sunlight. Protect from freezing. Protect from extreme heat (> 90 degrees F (32 degrees C)). Handle products in accordance with manufacturer's printed recommendations. PROJECT CONDITIONS: Indian River County Health Department Roof Replacement & Exterior Repair 090,190-2 Elastomeric Coating Restoration A. Environmental Requirements: 1. Ensure that substrate surface and ambient air temperature are minimum of 40 degrees F (4 degrees C) and rising at application time and remain above 40 degrees F (4 degrees C) for at least 24 hours after application. Ensure that frost or frozen surfaces are thawed and dry. 2. Do not apply material if snow, rain, fog, and mist are anticipated within 12 hours after application. Allow surfaces to attain temperature and conditions specified before proceeding with coating system application. 3. Do not apply over sealant joints. 4. Do not apply to horizontal traffic -bearing surfaces. 1.08 WARRANTY A. Provide manufacturer's standard written warranty against defects of materials for their standard warranty length, beginning with date of substantial completion of the project. PART PRODUCTS 2.01 MANUFACTURERS A. Whenever a particular make of material, trade name and/or manufacturer's name is specified herein, it shall be regarded as being indicative of the minimum standard of quality and performance characteristics required. Specific manufacturer's requirements in regards to preparation, application, etc. shall be followed if differing from the specified requirements. Subject to compliance with requirements, provide products from the following manufacturers: 1. BASF Senergy Senerlastic Coating 2. Sto Stolastic Smooth 3. Dryvit Weatherlastic Smooth 2.02 MATERIALS A. Concrete and stucco substrate primer: Acrylic -based, tinted, high -pH compatible primer/sealer: 1. Performance and Physical Properties: Meet or exceed the following values for material cured at 73 degrees F (23 degrees C) and 50 percent relative humidity (unless otherwise specified). . a. Application: Spray, roller, or brush. b. Working time: 10-20 minutes, depending on ambient conditions. C. Adhesion to concrete: 680 psi (4.69 MPa), ASTM D 4541 d. Flame Spread Index: 0, ASTM E 84, e. Smoke Developed: 10, ASTM E 84 f. Water vapor transmission: 30 perms (1720 ng/Pa-sm), tested at 3 dry mils applied in one coat, ASTM E 96, wet cup method. . g. VOC: < 0.84 lb/gat (100 g/L), EPA 24 i B. Acrylic -based, elastomeric weatherproofing colored coating:' Single component acrylic- based crylicbased coating, containing acrylic polymer, and colored pigments. Product shall comply with the following: Indian River County Health Department Roof Replacement & Exterior Repair 090190-3 Elastomeric Coating Restoration .. .. - - - - - ... .. ^7 _..._.. - _. ------- .... ...._ - 1. Performance and Physical Properties: Meet or exceed the following values for material cured at 73 degrees F (23 degrees C) and 50 percent relative humidity '= (unless otherwise specified). t' a. Application: Spray, roller, or brush. �= b. Working Time: 10-30 minutes. C. Crack Bridging: No cracking at -15 degrees F (-26 degrees C), ASTM C 1305 `= d. Tensile Strength: 420 psi (2.90 MPa); minimum. ASTM D 412 e. Elongation: 415 percent, minimum, at break, ASTM D 412. f. Moisture Resistance: No defects attributable to adhesion, discoloration, r< blistering, cracking, flaking, ASTM D 2247, 14 day exposure. g. Flexibility Mandrel Bend: No cracking at 70 degrees F (21 degrees C) and -14 degrees F (-26 degrees C), ASTM D 522. h. Mold Resistance: No Mold Growth at 90 days, ASTM D 3273 i. L Adhesion to Concrete: 345 psi (2.38 MPa), ASTM D 4541 j: Water Vapor Permeability: 41 perms (2350 ng/Pasin tested at'4 dry mils, applied in one coat, and 32 perms (1720 ngJPasm) tested at 11 dry mils, applied in two coats, ASTM E 96, wet cup method, k` f., L Carbon Dioxide Diffusion Resistance Coefficient: 496,000 EN 1062 1. Carbon Dioxide Diffusion Resistance:144.m, EN 1062 x== 'm. VOC: 0.6 lb/gal (76 g/L), EPA 24 t` n.. Resistance to wind -driven rain: No penetration, weight gain less than 0.5 .: lbs (1.1 kg), TT C 555 B. 2. Product shall comply with SWRI Priority.Property Profile for Elastomeric Wall Coatings. C. Stucco Repair: 1. Stucco: Factory proportioned, fiber reinforced portland cement based stucco for trowel or pump application, field mixed with graded sand and water. 2. Finish Coat: Acrylic or silicone enhanced acrylic textured wall finish. 3. Accessories: a. _ Weep screed, casing .bead, corner bead, corner lath, expansion and control joint accessories. All accessories shall meet the requirements of ASTM C 1063 and its referenced documents: i. PVC plastic in compliance with ASTM D 1784, cell classification 13244C. ii. Zinc in compliance with ASTM B 69. iii. Galvanized metal in compliance with ASTM A 653 with G60 coating. b. All accessories shall have perforated or expanded flanges and shall be designed with grounds for the specified thickness of stucco. 4. Job mixed ingredients a. Water --clean and potable. b. Clean, well graded sand free of deleterious materials in compliance with ASTM C 897 or ASTM C144. . Indian River County Health Department Roof..Replacement & Exterior Repair 090190-4 Elastomeric Coating Restoration PART 3 3.01. A. B. 3.02 b. C. d. 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 1/2 to 2/3 of the required water, %z 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 separately. Use only the amount of water necessary for a workable mix. Use of excess water is detrimental to performance. 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. Mix only as much material as can readily be used. Do not use anti -freeze compounds or other additives. 6. Crack Repair Material:. Embed glass fiber mesh in acrylic based, non -sag filler designed for use for cracks in excess of 1/8" width. EXECUTION EXAMINATION Examine substrates and conditions under which materials will be installed. Do not proceed with installation until unsatisfactory conditions are corrected. Coordinate installation with adjacent work to ensure proper sequence of construction. Protect adjacent areas and landscaping from contact due to mixing and handling of materials. SURFACE PREPARATION A. Protect adjacent Work areas and finish surfaces from damage during coating system application. B. Ensure that 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. Comply with manufacturer's printed instructions and the following: 1. Clean surface by using high-pressure waterblasting. 2. Ensure area being repaired is structurally sound and fully cured. 3. Remove blisters and loose or delaminated areas. 4. Wash down prepared surfaces and allow to completely dry. D.' Chalky Surfaces: Treat chalky surfaces, as defined by ASTM D4214, Test Method A, with water cleaning and application of primer approved by coating manufacturer. 3.03 DETAIL PREPARATION Indian River County Health Department ' Roof Replacement & Exterior Repair 090190-5 Elastomeric Coating Restoration A. Apply joint sealant where appropriate- on support columns and other details. Inspect expansion joints. Ensure there is no deteriorated sealant, adhesion loss, or non-elastomeric caulking in joints. Replace defective sealant with specified sealant. B. Apply and tool liberal amount of patching compound or form cant bead of specified sealant wherever theie is change in direction, where 2 walls abut, and at column and wall intersections. C. Properly clean joints where dissimilar substrates join, i.e. stucco and concrete or CW, and seat with specified sealant. D. Inspect through -wall penetrations, including electrical, lighting, signage, plumbing, HVAC, and fire -sprinkler piping, for watertight seal. Repair with specified sealant. E. Inspect flashings, including cap flashing and roof flashing for watertight seal. Repair with specified sealant. Recaulk . existing windows. Inspect perimeter joints and mullions and recaulk with specified sealant. G. Rout flush or shear window surface transitions to concrete or stucco to form 1/4 -inch by. 1/4 -inch joint. Caulk with specified sealant. Allow sealant to cure before proceeding. H. Rout flush or shear top side of horizontal wall channel screed surface transitions to stucco to form 1/4 -inch by 1/4 -inch joint. Caulk with specified sealant. Allow sealant to cure before proceeding. I. Apply coat of brush -grade patching compound to stucco and masonry window sills (pruned). Create smooth surface that drains away from window. L Cracks smaller than hairline shall be bridged with knife -grade or brush -grade patching compounds. K. Chip or grind out nonmoving cracks larger than hairline. Remove dust and pack with knife - grade patching compound. Bridge crack with brush -grade patching compound. Brush narrow band directly into crack using brush, sponge, or other means to match substrate texture and reduce telegraphing of patches through finish coat. On textured substrates, use texturized patching compound to minimize telegraphing. L. Rout out dynamic or moving cracks to minimum of 1/4 inch by 1/4 inch, then fill with sealant approved by coating manufacturer. Once sealant is tooled and cured, proceed with crack repair as described previously. .3.04 STUCCO REPAIR/REPLACEMENT A. Provide new stucco to repair removed area. New stucco shall be installed to provide a straight line between the existing and new. B. Follow_ manufacturer's guidelines for mixing and application of stucco. C. Surface Preparation, Remove projecting jointmortar so it is even with the plane ofthe wall. Remove surface contaminants such as efflorescence, existing paint or any other bond inhibiting material by sandblasting, waterblasting, wire brushing, chipping or other appropriate means. Pre -moisten the surface with water just prior to placement of stucco, Indian River County Health Department Roof Replacement & Exterior Repair 09 01.90-6 Elastomeric Coating Restoration or apply one uniform coat of bonding agent by brush or roller. D. Installation over cast -in-place concrete or concrete masonry units: 1. Install foundation weep screed at the base of the wall. 2. Install casing beads at stucco terminations—doors, windows and other through wall penetrations. Install two piece expansion joints (or back-to-back casing beads) at joints in the supporting construction, building expansion joints, where the stucco is to be installed over dissimilar construction or substrates, at changes in building height, at floor lines, columns, and cantilevered areas. Install one piece expansion joints at comers of windows, doors and similar through wall penetration, and every 144 fig. Install corner bead at outside corners and corner lath at inside comers. Install full accessory pieces where possible and avoid small pieces. Seat adjoining pieces by embedding ends in sealant. Abut horizontal into vertical joint accessories. Attach -at no more than 7 inches on center into concrete/masonry with appropriate fasteners. 3. Pre -moisten concrete masonry units and absorbent concrete prior to the placement' of stucco (unless bonding agent has been applied to the CMU surface). 4. Scratch Coat: apply the stucco with sufficient pressure to ensure intimate contact with the substrate and complete coverage to an approximate thickness of 1/4 inch.; Score the stucco upon completion of each panel in preparation for a second coat. Score horizontally. 5. 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 1/8 or 1/4 inch and as needed to bring the stucco to the desired thickness. Use a rod or straight 1 edge to bring the surface to a true, even plane. Fill depressions in plane with stucco. Final thickness of stucco shall not exceed '/z inch. 6. 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. 7. 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 frequency ofmoist-curing can be diminished. E. Finish Installation 1. Apply finish to primed stucco and foam build -outs when dry. Apply finish by spraying or troweling with a stainless, steel trowel, depending on the finish specified. Follow these general rules for application of finish: a. Avoid application in direct sunlight. b. 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. C. 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. Indian River County Health Department Roof Replacement & Exterior Repair 090190-7 Elastomeric Coating Restoration Adjust work schedule and provide protection. d. Float' R" (rilled texture) finishes with a plastic float to achieve their rilled texture. e. Do not install separate batches of finish side-by-side. f. Do not apply finish into or over joints or accessories. Apply finish to outside face of wall only. g. Do not apply finish over irregular or unprepared surfaces, or surfaces not in compliance with the requirements of the project specifications. 3.05 INSTALLATION OF ELASTOMERIC COATING A. Mixing: Comply with manufacturer's printed instructions and the following. 1. Precondition to temperature of 70 plus or. minus 5 degrees F (21 plus or minus 2.5 degrees C) prior to application. 2. Mix using a mechanical mixer to achieve a uniform consistency immediately prior to use. B. Application: Comply with manufacturer's printed instructions and the following. Use approved equipment for application. 1. Apply when ambient and surface temperatures are 40 degrees F (4 degrees C) and rising. 2. Do not apply in freezing conditions or during precipitation. 3. Do not apply if the surface temperature is less than 5 degrees F (2.8 degrees C) above the ambient dew point temperature. 4. Concrete and stucco substrates: Apply 805 primer in one coat by brush, roller, or spray to a thickness of 5 wet mils. 5. Allow primer to dry completely before applying finish coating. 6. Apply one coat, 12-14 wet mils, coating to primed surface. Allow first coat to dry, and apply a second coat, 12 -14 wet mils. Mil thickness may vary based upon manufacturer's recommendation. 7. Protect installed -materials from rain, freezing, and continuous high humidity until completely dry. 8. Do not overcoat with solvent -based materials. 3.06 CURING A. Drying time to touch is 6 hours at 70 degrees F (21 degrees C) 'and 50 percent relative humidity if applied at 18 to 20 mils WFT (457 to 508 microns). Recoat in minimum of 12 to 24 hours. 3.07 CLEANING A. Clean tools and equipment with soapy water. B. Cleanup and properly dispose of debris remaining on Project site related to application. C. Remove temporary coverings and protection from adjacent Work areas. END OF SECTION 09 0190 Indian River County Health Department Roof Replacement & Exterior Repair 090190-8 Elastoineric Coating Restoration 0 SECTION 2214 00 STORM DRAINAGE PART GENERAL 1.01 SECTION INCLUDES A. Installation of the following: 1. New roof drains and drain leaders 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) 2. Cast Iron Soil Pipe Institute - CISPI a. CISPI 301 Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary.and Storm Dram, Waste, and Vent Piping Applications. b. CISPI 310 Specification for Coupling for use in connection with Hubless Cast Iron Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Application. C. CISPI Pipe and Fittings Handbook 3. ASTM International a. ASTM A 74 Specification for Cast Iron Soil Pipe and Fittings Hub and Spigot. b. ASTM A 888 Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Application. c. ASTM C 564 Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. d. ASTM C 1277 Specification for Shielded Couplings joining hubless cast- iron soil pipe and fittings. e. ASTM D 2665 Specification for PVC Plastic Drain, Waste and Vent Pipe. and Fittings. f. ASTM D 2564 Solvent Cements for PVC Pipe and Fittings. 4. American Society of Mechanical Engineers — ASME a. ASME Al 12.21.2 Roof Drains 5. International Association Plumbing & Mechanical Officials — IAPMO L04 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures for Submittals. Indian River County Health Department Roof Replacement & :Exterior Repair �I SECTION 2214 00 STORM DRAINAGE PART GENERAL 1.01 SECTION INCLUDES A. Installation of the following: 1. New roof drains and drain leaders 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) 2. Cast Iron Soil Pipe Institute - CISPI a. CISPI 301 Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary.and Storm Dram, Waste, and Vent Piping Applications. b. CISPI 310 Specification for Coupling for use in connection with Hubless Cast Iron Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Application. C. CISPI Pipe and Fittings Handbook 3. ASTM International a. ASTM A 74 Specification for Cast Iron Soil Pipe and Fittings Hub and Spigot. b. ASTM A 888 Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Application. c. ASTM C 564 Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. d. ASTM C 1277 Specification for Shielded Couplings joining hubless cast- iron soil pipe and fittings. e. ASTM D 2665 Specification for PVC Plastic Drain, Waste and Vent Pipe. and Fittings. f. ASTM D 2564 Solvent Cements for PVC Pipe and Fittings. 4. American Society of Mechanical Engineers — ASME a. ASME Al 12.21.2 Roof Drains 5. International Association Plumbing & Mechanical Officials — IAPMO L04 SUBMITTALS A. Refer to Section 0133 00 -Submittal Procedures for Submittals. Indian River County Health Department Roof Replacement & :Exterior Repair B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Shop Drawings: 1. Include plans, elevations, sections and details. 1.05 DELIVERY, STORAGE AND HANDLING A. Delivery: Materials shall be delivered in the manufacturer's original sealed and labeled packaging. B. Storage: Materials shall be stored as directed by Owner and Engineer, to prevent damage. Storage shall not encumber Owner's operations. C. Handling: Materials shall be handled in such a manner as to prevent damage and contamination. 1.06 JOB CONDITIONS A. Environmental Requirements: 1. Roof drains and associated plumbing shall be installed during periods of no precipitation to prevent water from entering the building.. 2. The Contractor shall be responsible for all necessary precautions to prevent damage to the building and contents during roof drain and associated plumbing installations. 3. Comply with applicable rules and regulations of Authorities Having Jurisdiction pertaining to storm sewage systems. B. Protection: 1. Contractor shall ensure roof drainage systems remain in service, and shall be restored fully operational before leaving the site. 2. Contractor shall be responsible for installing drain plugs during roofing activities to prevent foreign materials from entering drainage system. Drain plugs shall be removed at the end of each work day to maintain drains in fully operational condition. 3. Drain piping clogged by construction debris shall be repaired by the Contractor at no cost to the Owner. 4. Contractor shall protect building interior and exterior surfaces during construction. 1.07 QUALITY ASSURANCE A. Contractor shall ensure plumbing systems and components are installed by licensed, qualified personnel. B. Contractor shall ensure roof drains, couplings, piping, supports, fixtures, pipe hangers, fasteners, fittings, etc. are installed in compliance with the referenced plumbing code, and shall be installed in accordance with the component manufacturer's published guidelines and instructions, and referenced standards. C. Contractor shall. be responsible for field testing of completed storm drain systems as required by the referenced plumbing code. Indian River County Health Department Roof Replacement & Exterior Repair 221000-2 Storm Drainage ............ i :., _ B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Shop Drawings: 1. Include plans, elevations, sections and details. 1.05 DELIVERY, STORAGE AND HANDLING A. Delivery: Materials shall be delivered in the manufacturer's original sealed and labeled packaging. B. Storage: Materials shall be stored as directed by Owner and Engineer, to prevent damage. Storage shall not encumber Owner's operations. C. Handling: Materials shall be handled in such a manner as to prevent damage and contamination. 1.06 JOB CONDITIONS A. Environmental Requirements: 1. Roof drains and associated plumbing shall be installed during periods of no precipitation to prevent water from entering the building.. 2. The Contractor shall be responsible for all necessary precautions to prevent damage to the building and contents during roof drain and associated plumbing installations. 3. Comply with applicable rules and regulations of Authorities Having Jurisdiction pertaining to storm sewage systems. B. Protection: 1. Contractor shall ensure roof drainage systems remain in service, and shall be restored fully operational before leaving the site. 2. Contractor shall be responsible for installing drain plugs during roofing activities to prevent foreign materials from entering drainage system. Drain plugs shall be removed at the end of each work day to maintain drains in fully operational condition. 3. Drain piping clogged by construction debris shall be repaired by the Contractor at no cost to the Owner. 4. Contractor shall protect building interior and exterior surfaces during construction. 1.07 QUALITY ASSURANCE A. Contractor shall ensure plumbing systems and components are installed by licensed, qualified personnel. B. Contractor shall ensure roof drains, couplings, piping, supports, fixtures, pipe hangers, fasteners, fittings, etc. are installed in compliance with the referenced plumbing code, and shall be installed in accordance with the component manufacturer's published guidelines and instructions, and referenced standards. C. Contractor shall. be responsible for field testing of completed storm drain systems as required by the referenced plumbing code. Indian River County Health Department Roof Replacement & Exterior Repair 221000-2 Storm Drainage I D. Prior to any excavating, contact local utility locator to pinpoint gas and utility lines. PART 2 PRODUCTS 2.01 MATERIALS A. Roof Drain: Premanufactured roof drain with cast iron body, 6 -inch no hub outlet, under deck clamp and cast iron dome. ' Drains shall have cast iron deck clamp, 2" adjustable extension sleeve, clamp ring, and drain dome. Acceptable Roof Drain Manufacturers include Josam Company, Smith Manufacturing Company, Zurn Industries, Inc. or Engineer's accepted equivalent. B. Above -grade Cast Iron Drain Piping & Fittings: 1. Hubless Pipe and Fittings, manufactured from gray cast iron.with tensile strength 21 ksi or greater, meeting or exceeding CISPI Standard No. 301 and ASTM A 888, or service weight hub -spigot coated cast iron pipe 'and fittings conforming to ASTM AX IAMPO listed. Pipe and fitting size required and as noted on drawings. 2. Couplings for Cast Iron Piping: No -Hub Couplings with stainless steel shield and stainless steel coupling bands meeting CISPI 310 or ASTM C 1277. Acceptable manufacturers include Fernco, Inc., Mission Rubber Co., Ideal/Stant or Engineer's accepted equivalent. 3. Gaskets for Cast Iron Piping: Molded one-piece compression gaskets shall comply with ASTM C 564, approved by the pipe and fitting manufacturer and Engineer for use with pipe joint. C. Above -grade PVC Piping and Fittings: i 1. PVC Schedule 40 Solid Wall and PVC DWV (Drain, Waste and Vent) Fittings, conforming to ASTM D 2665. Pipe and fittings shall conform to ANSI/National Sanitation Foundation Standard No. 14, Plastics Piping System Components & Related Materials. D. Fasteners and Anchors: 1. Screws: #12 hot dipped galvanized or stainless steel hex or pan head screws with length as required to penetrate substrate a minimum of 1-1/2". E. Pipe Supports: 1. Steel angle: Minimum 3 x 3 x '/+ steel angle meeting ASTM A36, maximum deflection determined by span/360. 2. Trapeze hanger and associated hardware: By Uni-Strut, Power Strut, Kindorf, or as provided by Pipe Hanger Manufacturer. Size and type required for loading with maximum deflection determined by span/360. Manufacturer's published recommendations for load shall be applied. Trapeze hanger and associated hardware shall be spaced and sized by Mechanical Engineer. F. Deck Supports: Where deck is cut to install new roof drains. 1.. Steel angle: Minimum 2" x 2" x 1/8" steel angle meeting ASTM A36, maximum deflection determined by span/360. Indian River County Health Department Roof Replacement & Exterior Repair 221000-3 Storm Drainage. G. Pipe Insulation: 1. Thermal insulation materials shall meet the International Building Code and property requirements of one or more of the following specifications as applicable to the specific product or end use: a. ASTM C 547, "Standard Specification for Mineral Fiber Pipe Insulation" b. ASTM C 585; "Standard Practice for Inner and Outer Diameters of Rigid . Thermal Insulation for Nominal Sizes of Pipe and Tubing (NPS System)" C. ASTM C 1136, "Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation" 2. Insulation materials furnished should meet the minimum thickness requirements of National Voluntary Consensus Standard 90.1 (1999), "Energy Efficient Design of New Buildings," of the American Society of Heating, Refrigeration, and Air Conditioning Engineers (ASHRAE). 3. Insulation materials furnished and installed hereunder shall meet the fire hazard requirements of applicable building codes when tested in composite form per one of the following nominally equivalent test methods: a. American Society for Testing of Materials ASTM E 84 b. Underwriters' Laboratories, Inc. UL 723, CAN/ULC-S102-M88 C. National Fire Protection Association NFPA 255 H. Fire Stop: Fire stop materials performance shall be per the referenced Building Code as determined by ASTM E 814 or ASTM E 119. The Fire Stop Assembly shall be FM Approved and/or UL Listed with rating equal to fire rated wall/floor. Submit manufacturer's product data indicating compliance with tested assembly. PART EXECUTION 3.01 INSPECTION A. A pre job conference including the Engineer, Contractor, and the Owner's representative shall be conducted prior to the installation of roof drains and associated piping and plumbing fixtures. B. Contractor shall verify that conditions are acceptable to begin the installation. C. Contractor shall be responsible for daily inspection of the plumbing installation to ensure conditions remain satisfactory. 3.02 PREPARATION A. The Contractor shall inspect -all existing building components and conditions before proceeding with plumbing installation. B. Where decking is to be cut for new drains, the building interior shall be inspected for utilities, structural members and occupancy conditions to ensure conditions are satisfactory to proceed C. Where decking is cut to install new roof drains, minimum 2" x 2" x 1/8" steel angle shall be installed on existing framing for additional deck support. Indian River County Health Department Roof Replacement & Exterior Repair 221.000-4 Storm Drainage i D. Where new piping is to be installed, the Contractor shall inspect the piping route and hanger attachment points to ensure conditions are satisfactory to install piping and all associated plumbing fixtures for the completed drainage system. E. Route piping to maintain working spaces around electrical equipment by NEC. F. Piping and fixtures shall not be routed to interfere with the service of in-place equipment and systems. 3.03 ROOF DRAIN AND ABOVE GRADE PIPE INSTALLATION A. Roof drains, piping and all associated plumbing shall be installed to meet applicable requirements of the local plumbing, building and fire code. B. Cast iron piping and fittings shall be cut and installed in accordance with CISPI Pipe and Fittings Handbook, and the pipe manufacturer's published instructions. C. Roof drains and all associated components shall be installed in accordance with the drain manufacturer's published instructions. 1 D. Pipe clamps and hangers shall be installed of size and type as specified and by clamp and hanger manufacturer's published requirements based upon drain pipe size, support type. 1. Minimum size of round rods supporting the pipe hangers shall be of the following for pipe size and spacing: a. 3/8" to 2" pipe = 3/8" rod b. 2-1/2" to 3" pipe =1/2" rod C. 4" to 5" pipe = 5/8" rod d. 6" pipe = 3/4" rod e. 8" through 12" pipe = 7/8" rod f. 14" through 16" =1" rod E. Pipes shall be rigidly supported to the building structure by adjustable hangers. The use of hooks, chain, wire, or perforated steel straps shall not be permitted. Welding to existing fixtures and structure shall not be permitted. The spacing of hangers shall be as indicated by the pipe manufacturer's published instructions, the CISPI Pipe and Fittings Handbook, and the following: 1. Cast Iron Piping Maximum Spacing a. 5' lengths 5'-0"' b. 10' lengths 10'-0" C. Hubless at every joint, and change of direction. 2. PVC Piping Maximum Spacing a. Spacing as indicated in pipe manufacturer's published literature, no less than two hangers per pipe section. b. Install pipe hangers at each change of direction. F. Hangers shall be installed within 18 inches of hubless couplings. G. Horizontal piping shall be sloped no less than 1/8:12 or noted on drawings. Indian River County Health Department Roof Replacement & Exterior Repair 221000-5 Storm Drainage .•............. ... H. Hanger rods shall be galvanized carbon steel per ASTM A301, Grade B, threaded per ANSI B 1.1 course thread series, Class 2A fit. Hanger rods shall have minimum 6" threaded ends. Double nut all hangers or use safety tab. 1. Hanger rods shall be installed vertically. No offset in hanger rods will be permitted. J. Horizontal drain piping shall be provided with sway bracing in accordance with Building Code. K. Pipe shall be cut accurately to measurements established at the site and shall be worked into place without springing or forcing, property clearing all openings and equipment.. Cutting or weakening of structural members to install piping is not permitted. L. Vertical pipe shall be supported no greater than 10 ft. apart, and additional vertical supports shall be installed for each piping type and size, and at fittings. M. Horizontal pipe supports consisting of angle or channel shall be rigidly secured to the existing structural steel using bolts and nuts or clamps, not welded. N. Insulation materials, jacket, adhesives, mastics, sealers, ' etc., utilized in the fabricationtinstallation of pipe insulation shall meet NFPA for fire resistant ratings, and the referenced Building Code, and a maximum of 25 flame spread and 450 smoke developed ratings. Components shall be approved by the insulation manufacturer for guaranteed performances when incorporated into their insulation system, unless. a specific product is specified for a specific application, and is stated as an exception to this requirement. No material shall be used that, melts, drips or delam. * inates to such a degree that the continuity of the flame front is destroyed, thereby resulting in an artificially low flame spread rating, when tested per ASTM E84. O. The interior piping and underside of drain bowl shall be insulated. P. Where piping must penetrate through fire resistant walls, the penetration shall be protected per the referenced building code, meeting requirements of ASTM E 119 and ASTM E 814. Fire stop materials shall be UL listed and/or FM Approved. Q. Miscellaneous: 1. Each day the Contractor shall inspect the work. Corrective action shall be taken to repair damage or deficiencies before the end of the work day. 3.04 CLEANING A. Clean interior of piping of dirt and superfluous materials. Flush with potable water. END OF SECTION 2214 00 Indian River County Health Department Roof Replacement & Exterior Repair 221000-6 Storm Drainage - q , CONTRACT DRAWINGS Indian River County Health Department Roof Replacement & Exterior Repair r ' P;::::•:�.-:4. tit_ ��:: = e $ 096ZC VOW01d'.HOV38 ON3A 13381S H1LZ 0066 1N3VUUVd3O HIIV3H )aNnoo 83m NVIONI g g "' N11WN W F " « fiw oa$$ Woa 99 ` E1 17 u� tl l/ !�paJppppF pY.�(m &GIYYFF UOWLL02_.Y�� 1 1cl IM • /� • i ©u ® � � a h Y i 1 I I NNN -------------- !\ lki® e 1 8 ffi ffi' 8 � ffi ffi 0 i = O O a R e ® ffi S 8 0 g �--o s HOW o e OTT ou All, • y ffi.8 8 8 �� ��2p � OQCaO©O9CsX�� 7-- 096ZCVCJIUOIJ'HOV3G0�13A EDUIS HiLZ 006t LN3WillVd3G H.LlV3H AiNnoo U3A[U NVIGNI SENIOR IVINIM gg. MINE! NMI,, hM RNIM, % ON m A wJjo .... ...... . ......................... ...... 096ZC VG1UO1:J'HOV3E1 Oa3A 133HIS HILZ 0061 IN3"18Vd3G HINN AiNnoo UMU NVIGNI A wJjo Id, 096ZCVQW0-13'HDV39ON3A C"4 lQ$g 133NISHILZO066 IN30iWd30 H.LW3H kLNnoo'd3AI8 NVICINI ob d 8 xx 12 Hill TIM -------------- " ° a0962V01801� `�H0d38 O83A 9 5 .A3N1S HLLZ 00% e E Q z LN91NINVd3O HIW3H AiNnoo 83AI8 Nb1ONI. f