Loading...
HomeMy WebLinkAbout2018-062ACONTRACT DOCUMENTS AND SPECIFICATIONS FOR IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT BID NO.2018021 PROJECT NO. IRC -1735 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 owvnw vvvvm�� v - 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 DIVISION. I -GENERAL REQUIREMENTS PROJECT MANUAL (BYJAY AMMON ARCHITECTS) INCLUDES THE FOLLOWING-: Division 2—SM-Work Division 3 Concrete 0001:;0 F:\Pubfic Wor.ks\ENGINEERING DIVISION PROJECTS�1735 IRC Jail Compex Roof Replacement -Repair PnAject\1-M6 \13. id DocumentsWaster Contract Documents\00010 -Table. of Contents - REV 04-07.doc .. + + END OF TABLE OF CONTENTS-+ + Telephone: (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Thursday, February 22, 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 JAIL COMPLEX ROOFING REPLACEMENT RECOVER AND REPAIR PROJECT" and Bid No."2018021". Copies of the bid documents are available at: www.demandstar.com or by contacting. the Purchasing Division at (772) 226-1416 or purchasing((-irc oq v_com. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasinq(ai_ircgov.com. A MANDATORY Pre -Bid Conference will be held on Wednesday, February 7"', 2018 at 10:00 A.M. in Room Al -303 on the first floor conference room of the Indian River County Administration Building located at 1801 27"' 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: January 22, 2018 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;*,* -..f 00100 - Advertisement for Blds REV 04-07 (002) 00100-1 F-Tabiie•WoricslENGINEERiNG DIVISION-PROJECM!35 IRC Jad Compex Roof R41&ce nest -Repair Fmje&I-Admin�Bid Doa>m=WAasta Contract Docpenglgditl0 - AdYatisement forBids REV,PW (002).aoc 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, AND SITE ARTICLE 5 PRE-BID CONFERENCE..................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS................................................................................4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA..............................................................4 ARTICLE8 - BID SECURITY .................. .................................I ............... ............................... 5 ARTICLE9 - CONTRACT TIMES........................................................................................... 5 ARTICLE 10 - LIQUIDATED DAMAGES................................................................................ 5 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS ........................................................ 6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6 ARTICLE13 - PREPARATION OF BID..............................................................................6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS..........................................................7 ARTICLE15 - SUBMITTAL OF BID........................................................................................ 8 ' ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID .....................:. 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 F:1Public Works\ENGINEERING DMSION PROJECTS11735 IRC Jail Compex Roar Replacement Repair Project i-Admin0d DocumentsWlaster Contract Documents== - inshKtions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Awardof Contract....................................................................................................................19 Basis of Bid; Evaluation of Bids................................................................................................14 BidSecurity................................................................................................................................8 Bids to Remain Subject to Acceptance .....................................................................................18 Contract Security and Insurance .....................:.........................................................................20 ContractTimes...........................................................................................................................9 Copiesof Bidding Documents.........................................:...........................................................2 Defined Terms•••• --1 ..................:.........................:. ........................................................................ Examination of. Bidding Documents, Other Related Data, and Site.............................................4 Interpretationsand Addenda.......................................................................................................7 LiquidatedDamages.................................................................................................................10 Modification and Withdrawal of Bid.....................................:.....................................................16 Openingof Bids.....................................................................:..................................................17 Pre -Bid Conference ....................................................................................................................5 Preparationof Bid.................................................................................................................13 Qualificationsof Bidders ........................................................................................................ 3 Signingof Agreement...............................................................................................................21 Other Areas Siteand ..................................................................................................................6 Subcontractors, Suppliers and Others......................................................................................12 Submittalof Bid........................................................................................................................15 Substitute and °Or-Equal"� Items...............................................................................................11 00200 - Instructions to Bidders REV 04-07 00200 - ii FVublic Works\ENGINEERING DIVISION PROJECTSM351RC Jail Compex Roof Replacement -Repair ProjecM-Admin\Bid DocumentsWnter Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. A. Bidder—The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained"from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for, errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terns 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 90200-1 F1Publie WorIM ENGINEERING DIVISION PROJECM17351RC'Jail Compex Roof Replacement -Repair Projed%I-AdmkA d Doammi& rlaster Cor&W DocumeMs>D =- Insh x1lons to Bidders REV 04.07.doo 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 PULL IC Vftks%ENGINEERING OMSION PROJECTSM35 IRC JaB Compex Roof RephcemwA4;Wpa1r PmjedN-Admin%Bid Doa rwftA MWW C &ad X00 - k ons to BkkWs REV 04-07.doc Provisions concerning responsibilities for the adequacy of data fumished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the Purchasing Division (Purchasing0lircgov.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 INTENTIONALLY]"] 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING THE PURCHASING DIVISION (purchasing(&-ircgov.com or (772) 2264416) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and'drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, .techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations; tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; 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; 00200 - Instructions to Bidders REV 04-07 00200-3 F,.Vhd& WoftIENGINEERING DIVISION PROJECM1735 IRC Jail Compex Rauf Replacement -Repair ProjedN-Adrf tBld DommmbNWer Cwtmd Dommwft=00 - h shcUom to Bidders REV 0407.doc H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder, and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder.has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents. and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 The date, time, and location for a MANDATORY Pre -Bid conference are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 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.$Ablk WorWENGINEERING DMSION PROJECM1735 IRC JwJ Compu Roof Reosewwrt-Repair Projechl4WmMid Doaane ftW8ster Conrad DOwmw is OOM - Insbuctlons to Bidders REV 04-07.doc 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasing(@-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 attomey-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. 3049308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15' days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be, retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom OWNER ' believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of calendar days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 00200 - Instructions to Bidders REV 04-07 00200-5 FAPubtie Wwks1ENGINEERING DMSION PROJECTSN735 IRC Jail Compex Roof Rephmmerd-Repair Pr*ct%14Adff*Ml0 Doaxr&*NasW Conked Documenta100200 - Bwhaons W Bidders REV 04-07.doc 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- equar item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in.ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 00200 -Instructions to Bidders REV 0407 00200-6 FiR blic WorkMENGINEERING DIVISION PROJECTSN735IRC Jail Compex Roof Repla�nerk-Repair Pr*ctll,Admfn181d Doom nWV&der Contract Doax 1002W - kvAnxt ns to Bidders REV 04-07.doc 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. fhe state of formation of the firm. and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 13.13 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 00200-7 FiPt"k: Works%ENGINEERING DMSION PROJECT5117351RC JaN Compex Roof RepW=ner4-Rgm1r ProJecp1-Admn%B1d DoamenWNaster Conti d DommreWO= Instmctbns to BkkWs REV 04-07.doc , 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 fumished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The .Bid form is to be completed and submitted with the Bid security and the following data: A Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. B. 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 Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents.' If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 2r 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 00200 - Instructions to Bidders REV 0407 00200-8 FAPubllc Wo"ENGINEERING DIVISION PROJECTS 1735 IRC Jell Compez Roof Replacement -Repair ProjecNl,Mmfn181d Doamwftwledw Contract Doamw ts10=- hwiruob" to Bidders REV 04 07.doc withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of. the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 - AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any. Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 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 00200-9 F:TuNic WoftWMINEERING DMSIGN PROJECM1735 IRC Jail Compez Roof Re0acameM-Repek PmjecA1-Admin%W Doan wftVAaster Conbad Doamwnts=W - kohmUons to Bidders REV 04-07.doc 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as defined in FS 255.0991 (2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. 19.08 Any actual or prospective bidder or proposer who is aggrieved in connection with the bidding and/or selection process may protest to the OWNER's Purchasing Manager. The protest shall be submitted in writing to the Purchasing Manager within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Public Construction Bond and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bond, unless the Bond has been waived due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * 00200 - Instructions to Bidders REV 04-07 00200-10 F'Pubk WodMENGINEERING DIVISION PROJECTS%1735 IRC Jail Compex Roof Replacement-RepairPr*ct%l,AdiNn%Bid Dommw tsWlaster Contract - Wtuctiom to Bidders REV 04.07.doc SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Bid Bond Sworn Statement on Disclosure of Relationships Qualifications Questionnaire List of Subcontractors SECTION NUMBER 0.0310 .00430 00452 00456 00458 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07 003001 FVUbUoWo&04GII4MMr,DMSIONPR0MCM1735IRC JOB Comp=RoofReplaament-RepairPmjeetU-AdminWdDmw=Is\M erContractDoamentSM00-Did Packap Contents - REV 04-07.doe . PROJECT IDENTIFICATION: Project Name: IRC JAIL COMPLEX R00FING REPLACEMENT, RECOVER AND REPAIR PROJECT County Project Number. 1735 Bid Number 2018021 _ _ -- Project Address: 4056 41$TAVENUE VMO BEACH, FLORIDA 32960 PROJECT DESCRIPTION: THE PROJECT INVOLVES THE REPLACEMENT, RECOVER AND REPAIR OF DESIGNATED ROOFING ASSEMBLIES AT THE INDIAN RIVER COUNTY JAIL COMPLEX TO PROVIDE A COMPLETE, WATERTIGHT, '28 -YEAR WARRANTABLE ROOF SYSTEM. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 180027th Street VERO BEACH, FLORIDA 32960 1.01 -undersigned -if o ; a o e •>ec.. �o ► agrees, -1 this _ e rr= o c:• to enter I • an Agreement O arm:. kx&jded the Swing Documents to performall Wodi as specified erindicated the. BidDocuments • the pricesand withinthe 6 a indicated this d•and. rrva e . r-wkh the other and =10= • of the i i • Xx3riments. 2.01 .Bidder accepts all of the.%rms and conditions of the Advertisement or invbdon.to Bid and Instructions to Bidders; including wii and fimiiation those dead with the disposition of Bid security. The Bid will remain subject to acceptance #or . days allaer the Bid opening, or for such longer period of time dud Bidder- may agree: to in wrbc request of OWNER. 3.41 In submitting this Sid, Bidder represents, as set forth in the Agreement, itrat: A. Bidder examinedandcarefully studied the Swing Documents, the other :-i data Wentified in the. Bidding Documents,and 0= fdWvAng Addenda,. receipt of all which Whereby Addendum Number B. Bidder has visited the Site and become familiar with and is satisfied as to the genial, local and Site conditions that may affect cost, progress, and. performance of the World. C. Bidder is familiar with and is satisfied. as to all federal, state and local Laws and Regulations that may affect cost, prgress and .performance.Of to Work D. Bidder has carefully studied all: (1) reports of explorations . and tests of subsurface 00310 - Bid Fent REV O"? 00310-1 F x�ro�x+:u r�a+a onracsst���se Gmrmex ? �o- BW Fan REV 0WAx 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. I. Bidder has given .ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in 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 0407 00310-2 F:VhA)fic Wmks\ENGINEERING OMSION PROJECT$ IM IRC Jafi Compax Roof Repleeament-RepairProjedll-Admin\Bid Dommw tsWlwW Conhad Dommards100310 - Bid Form REV 04407.doc F:1Pubitc Nk�NO D1VISbON 117ss OtC � Raaf ' �t. tial Bid:&iwdute nsm=M SC E. PRWkfNWE: #tC JAL CO FUD( 1GatEPLACMMW, . •".. liEGOlft AMD REPA9t-MASECT W4 PROJECT mo. iris W NG. 2oin2i BODENS. NAME: G ^YiG urvMtIT�►T►As,>Mssi�Is M .rraoa o© ns�t:���eoa�;su,ts�uo�at+�st�wsa�r� .: •.. t nsta�aacTv�eoe�.os SF P.Y�I.R�E!!=A'ND AlFLY NDN .. - St�Ai#Ox AWTROOFC081Bl8�Yi>~7Ri. YR,-Z6.2G�,'��iMi'�iCPBtFiAMB'ihBJ,7 .N�ilPEdF 004 SF I SLIM ' P@tMWi�"r.11�k7�+7J�17�#�iKE;�LiBE�$3E�8 OMS OF HOOF' AfJ: ACAttElfiF 0 8d1PP It03FAl�i��ICPHtPYAMlt8ET7!!"tN6reCOPEt�FYtltStIDM 7� ON atre�oaacra�iltunOMi�LOs gFSAN Domsmme -/1TMO MORAOC aooRn988 i�il MAM AW ;W ov y o" ADOMONAL GETALL LS 2 �- tmT ow� A.,W GRMVL AT AW MIU.f.FBI@TRAiU0If8;1 OU!-7[#�'Ql4l�O4C1WQf L �/ 'j aACI�R:d60�8BiU�fEi:.�1PP�Y�I.AN7`A7Oi�fld1� 'F#p t� , d Q MOOI OR tlC' 81.Z1�tliK:i1�.T�iRIMtA1. C' }7 .. SF ` , M�'ALa:CRI� Itlp�FUa71�iE6KilCA' C#1[i'!#� ' . FCtIR"LOUIIl2Ct IIBTJIt�riWtE�fRi�IiJUJ(tiF'.: PAW MA. LOfHM '816fftfiE>K EOFt RI@A NFtiUB#l; T . a oos, IIAINALf. RAOOF[IOIIALLf1EC 9. LS ; < AOO®iid100B�B:ATGt i?ORYYMALL$r SIAOB� FAM >�I LS a •NpAEI1ffiJN0Qli OFVMWSEOAM p06 LF lAn >;(ippppf,!<�+LpC�iT• �OVfiJ1f;E:?OMQB1' B�FO� F�'I�OQF on FORCE ACCOUNT TOM iMAMOW,tJt3MFORM. MAL TOTAL PROJECT SD AMOLWT INWORDS, arm. �TM�EISwwSY�M�'ttIEFiJiNB.iBNufO�.PA.Ytia18�a1arsliEtf'>�.aio�^s�Esiaslaa�ss:�lnuf�l�t LS = ttSt�t SF �. SQkUkRE FMT`a0_raoAWFEET LF =LNt FEET F:1Pubitc Nk�NO D1VISbON 117ss OtC � Raaf ' �t. tial Bid:&iwdute 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the prices) contained in the Bid Schedule. A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor `of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the -construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Qtr 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 aunt of such omissions. C. Bidder admnowledges that estimated quaff are not guarenteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantifies provided. The quantities actually required to complete the contract and work may be less or more than so estimated, ;and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.6 of the General Conditions. 6.01 Bidder agrees. that the Work will be substantially completed and ready for final payment in accordance with . paragr 2ph .14:07.6 of the''General Conditions on or before the dates or within the number of calendar 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 tunes :specified, which shall be stated in the Agreement. 7.01 The following documents am attached1o. and made:a condition of this Bid: C. Qualifications Questionnaire; D. List of Subcontractors; 8.01 The terms used In this Bid with initial capital tetters Have the meanings indicated in the Instructions to Bine, the General Conditions, and the Supplementary Conditions. SUBMITTED on L -970 201f R:TrT?x • :a• a- - ♦ S A 00310-4 . 00310— Bbd Form REV 04-07 FAPW)k V*xks1E1� EER1NG DWM PROJECTV735 IRC M Canim Rod f t -Rem Pr 1ST D=MW WWW C**W Dolor 08io ='Bfd Fatm M U4•61.&c 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 Part "rSh1j) C/ Partnership Nana}: (SEAL) BY. (Signature of general partner — attach evidence of authority to sign) Name (typed or printed): Business address: Phone No..: FAX No.: Email: A GgOMMon ^.0 Ll State, of Incorporation: 'Aype 0 attach Name (typed or printed): die: (Si attire a 12 ."��Business address: Phone No.: Email: t 4LV �j r (CORPORATE- SEAL) M FAX No.: 77a ^ 7'- q ,3 d Date of Qualification to do business is f'6�1'w I A Joint Venture Joint Venture Name: 04az {SEAL} By: (Signature of joint, venture partner — attach evidence of authority to sign) 00310-5 00310 — Bid Form REV 04-07 F1PuWWW6MVMff4EERM1 PRO=MIM PC HG8M0qw#nwt PcdRq4aawat ftd)8cA1A&&*ft 81d FamREV0447.doc Name (typed or printed): ,Title: Business address: Phone No.: Email: Joint Venture Name: RV. FAX No.: (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: (SEAL) (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 * * N 00310-6 00310 — Bid Form REV 04-07 F-Vubfic WaWENGINEERING DIVISION PROJECTM17361RC HeaM Depattraat Roof Replaoemord PmJecA1 Ad *AM DomwatMoster Cor*ad DommutSM10 - Bid Form REV 04-07 doe 0 co Z Z O N LL COLU Z4 co U a .:..0 . o <MLu. a.- a ? �' O0M. O F-� a z � •. .: o Z Z Q. �`x a LL O CO m www :oil N Qa0 PLuO o O w o CO a Ma - C J LU NL_U r LL z LL m U wa W0) o l ac cc C C (DW -0W VO "O''C"a CONf6.0 (D 0.4)°� CM,E X00 MOIL• �yy� Om C O y O C O p �.0 ozmRc OC -m �•O Vyc C TOm L_ OC�=� O C OOOCm 'p 0 >,v ypC V G' wI O� y � 'C O c m L .7. U.1—M amcoo 0ZP�� yaow opoav° OOyEO m.(D w�0.£Lm C��y V?,vC y o'o M 3 1 —0 (D.0 C3 CD yZ�— (D -o "p` $E0v�i"� vo yoo00 v�C �oi00r- O«rte � m �m �— a_— Em >Lo CICW A 0�07Q'w 1. - 07vrc 3m£ -cam w.�,a0 co cu'�0�c$S 15 OCC�ry. ofC >.1.0y .m=.ay -`J+ tC01�_�o cjy?TcSL .Q t4OZOrC m E Ew OO:Cce iCU6 C Uo0- CC) >yp3,020 w2ccKA (52%mc- w w w Q H lit 0 } f¢ - W U w Z O cog z w Y Z Q. J Z (� oz yZ lu D U.; V o— o .oma. LL oma. u_ Z y .0 LLI CO a, Am FCZ Q.14J. F- y 00 F � m LL 0 F Z Z gv CL W C t Oo a1 W •!t E v _Q M.0 x Z:w U Z U, r` UJ m I; 0•. o m LL; CV O cy I= z Lr_.Z Q O,u-i JOS= J�OQ F- M m Zoo QQ�O> 0 O O 0 o_ N 0 C3 LU W Q 0 N 0 0 W n In co �' 2017 - 2018 LOCAL BUSINESS TAX INDIAN RIVER COUNTY, FLORIDA MUST BE DISPLAYED INA CONSPICUOUS PLACE r 527 CONTR-ROOFING/CERTIFIED YPE OF ACCOUNT # 20703 3USINESS RECEIPT# 52719932.000 3USINESS 4310 45TH ST EXPIRES SEPTEMBER 30, 2018 \DDRESS VERO BEACH, FL 32967 AMOUNT 40 00 Paid 02/16/2018 4.00 106-00000342 PENALTY 0.00 TRANSFER 4.00 TOTAL 44.00 This receipt is in addition to and not in lieu of any other license required by law or municipal ordinance and is subject to regulations of zoning, health and any other lawful authority. Owner must notify the Tax Collector's Office of any changes in business name, ownership, location address or mailing address. CAROLE JEAN JORDAN, CFC TAX COLLECTOR INDIAN RIVER COUNTY, FLORIDA 0 AcoRL)r CERTIFICATE OF LIABILITY INSURANCEFDATE�MM/DDNYYY) INSRADDL LTR �--�� 2/20/2018 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(les) must have ADDITIONAL INSURED provisions or 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 Wallace Welch & Willingham, Inc. 300 1 st Ave. So., 5th Floor Saint PetersburgFL 33701 CONTACT Certificates/Commercial Lines PNAME. c . o : 727-522-7777 a Ne :727-521-2902 EMAIL ADDRESS: certificates w3ins.Com INSURE S 'AFFORDING.COVERAGE NAIC # Y INSURER A: Allied Ins. Co. of America 10127 ATNATL1710882 INSURED. ATLAROO-01 Atlantic Roofing II of Vero Beach Inc Atlantic Metal 11 of Vero Beach Inc INSURERS : United Specialty Ins. Co. 12537 INSURER C: American Interstate Ins Co. 31895 INSURER D : 4020 43rd Ave Vero Beach FL 32960 INSURER E : INSURER F: - nnvre� •..ten ��__'_'_ _ -- -"'----- �..vyr� rwmvcrc. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN.REDUCED BY PAID CLAIMS. INSRADDL LTR TYPE OF INSURANCE SUBR WVDPOLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD/YYYY LIMITS B I X I COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y Y ATNATL1710882 6/29/2017 6/29/2018 EACH OCCURRENCE $1,000,000 'DAMAGE TO RENTE15- PREMISES' Ea occurrence $ 50,000 MED EXP Any oneperson) $ 0 PERSONAL.BADV INJURY. $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: - POLICY JEST LOC GENERAL AGGREGATE $2,000,000 - PRODUCTS-COMP/OPAGG $2,000;000 OTHER: A AUTOMOBILE X LIABILITY ANY AUTO Y Y ACP3007793798 717/2017 717/2018 COMBINEDSINGLE LIMIT- - a acadent)- _ $ i 000 000 BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ Pers. Injury Protect $10,000 B X X UMBRELtALIAB EXCESS LIA X OCCUR CLAIMS -MADE Y Y BTN1713993 6/29/2017 6/29/2018 EACROCCURRENCE $1,000,000 AGGREGATE $1,000,000 DED RETENTION $ - - $ C WORKERS COMPENSATION - AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? N/A Y AVWCFL2649602017 11/15/2017 11/15/2018 X STATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory In NH) If yes, describe under un DESCRIPTION OF OPERATIONS below _ E.L. DIS SE - POLICY LIMIT $1000000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, AdditionalRemarks Schedule, may be attached H more space is required) Indian River County Jail is additional insured with respect to General Liability subject to terms, conditions, and exclusions of the policy. Indian River County Jail 1801 27th Street Vero Beach 'FL 32960-3388 SHOULD ANY OF THE ABOVE DESCRIBED.,POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF;, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE TION: All rights reserved. AL.UKU Lb tLU9blU3) The ACORD name and logo are registered marks of ACORD Florida Department of State a4" Department of State / Division of Co_pr orations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation ATLANTIC ROOFING II OF VERO BEACH, INC. Filina Information Document Number P11000041943 FEI/EIN Number 32-0340502 Date. Filed 05/02/2011 Effective Date 05/02/2011 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 07/25/2016 Event Effective Date NONE Principal Address 4310 45th St VERO BEACH, FL 32967 Changed: 02/12/2018 Mailing Address 4310 45th St VERO BEACH, FL 32967 Changed: 02/12/2018 Registered Agent Name :& Address LASKY, KIMBERLY A 5670 23RD STREET SW VERO BEACH, FL 32968 Officer/Director Detail Name & Address Title PT LASKY, KIMBERLY A 5670 23RD STREET S.W. VERO BEACH, FL 32968 Title S BEHRINGER, KATHLEEN DIvIS:ON OF CORPORATIONS 11630 BALD CYPRESS DRIVE LAKE WORTH, FL 33449 Title VP Lasky, William, Jr. 5670 23rd Street S.W. Vero Beach„ FL 32968 Annual Reports Report Year Filed Date 2016 04/13/2016 2017 04/06/2017 2018 02/12/2018 Document Images 02/12/2018 — ANNUAL REPORT View image in PDF format 0 ///061 17_ ANNUAL REPORT View image. in PDF format 07/252016 — Amendment Vew'image in PDF format 04x13/2016 — ANNUAL REPORT View image in PDF format Q 3/2015 -- ANNUAL REPORT Vew image in PDF format 02/1312014 - ANNUAL REPORTr Mew image in PDF format 02/28/2013 — ANNUAL REPORT View image in PDF format 04/29/2012 — At�NU�L REPORT View image in PDF format 10/032011 — Amendment View image in PDFformat 05/02/2011 — Domestic Profit View image. in PDFformat Florida Department of State, Cw;sico cf Cc, porauons Bid Bond CONTRACTOR: (Name, legal status aiid addm,t ) Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 SURETY: (,'4`imie, legals/a/us and principal place r f winesv) Atlantic Roofing 11 of Vero Beach, Inca Philadelphia Indemnity Insurance Company This document has important 4020 43RD Avenue One Bala Plaza, Suite 100 legal consequences. consultation 19004 -1403 Vero. Beach FL 32960 Bala Cynwyd PA with an attorney is encouragedwith respect -to its completion or modil'ication. OWNER: (Nanre, legal status and address) Any singular reference to Indian River Count Board of County Commissioners County tY contractor, Surety, Owner or other party shall be considered 1801 27th Street plural where applicable. Vero Beach FL 32960 BOND AMOUNT: .$ 5% Five Percent of Amount Bid PROJECT: (,Vance, location or address and Project namber, if aut) IRC Jail Complex Roofing Replacement, Recover and Repair Project The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs; executors, administrators, successors and assigns, jointly and severally, as providedlercin. The conditions of this Bond arc such.that if the Owner accepts the bid of ilia Contractor within the time specified in thc.bid documents; or within such time period as mav: be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with. the Owner in accordance with the terms of such bid, and gives such bond or bonds as niny.be specified in the bidding or Contract Documentsi witlra surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material famished in the,prosecution thereof. or (2) pays to the Owner the difference, not to.exceed the amount of this Bond, between the amount specified in said bid.and such larger.aniount for which the Owner may in good faith contract with another part), to perliorm the cwork covered by said bid, then this obligation shall be null and void, otherwise to remain in till force andellect. The Surety hereby waives any notice of un agreement between the 'Owner and C<n tractorto extend thedime in which the Ownermay accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the.tinle lir acceptance orbids%Tecilied in the bid document%. and the 0n71er and Contractor shall obtain the Stuety's consent lir an -extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been fumished to comply with a statutory or other legal requirement in the location of the project, anyphivision-irr~ •., this Bond conflicting With said statutory. it legal requirement shall be deemed deleted herermin and provisions con}omttttg to strcli,' statutory or other legal requirement shall be deemedincorporated herein. When so furnished, the intent is that this Bond ~hall ba co strue-d us a statutory bond and n t as a common lute bond. - 22n February, 2018 Si and se cd this y of ry, awlAtlantic Roofing II of Vero Beach, Inc. (Principal)o (Sealj Dy, Philadelphia Indemnity Insurance Company le Haynes 11>tk' By. erwe)Brett Rosenhaus Attorney -in -Fac#' . PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Brett Rosenhaus of Nielson, Rosenhaus & Associates its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed, $25,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney -or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27th day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA .INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMIC, lT FP WTARMSEAL Mero.�Ke.P,."da^/PUDYc Notary Public: WwerMerionTwD_Morngwnery CePMy W' - MYCommiugnEkWru Sepl.}43f12/ .+era residing at: Bala Cynwyd. PA (Notary Seal) My commission expires: Member 25.2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27h day of October, 2017 are true and correct and are still in full force and-effect._I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of. the attached Power of Attorney- the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, 22nd February 18 ✓ In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of 20 .' J p Edward Sayago, Corporate Secretary s PHILADELPHIA INDEMNITY INSURANCE COMPANY r.t Indian 'River County Purchasing Division 180027 th Street' Vero Beach, FL 32960 Phone (772).226-1416 ADDENDUM NO. 1 Date: February 9, 2018 Project Name: IRC Jail Complex Roofing Replacement, Recover and Repair Project Bid Number: 2018021 Bid Opening Date: Thursday, February 22, 2018 at 2:00 p.m. This addendum is released to.provide minutes to sign in sheet from the Mandatory. Pre -Bid Meeting and to provide clarifications and modifications. All information provided is hereby incorporated into the Invitation to Bid Documents. Attachments: Pre -Bid Meeting Minutes IRC Sheriff's Office Corrections Division Professional Visitors. Application (Background Check) Pre -Bid Sign In Sheet The following is a clarification regardingquestions concerning the.extent of lightning protection system work included with the IRC Jail Complex Roofing. Replacement, Recover and Repair Project: The following items modify the designated portions of the ,project manual and drawings of the referenced project. Each modification described below shall pertain to all portions of the project manual and drawings whether or not identified separately. Include any construction -cost associated with these modifications within the Bid Form or Proposal and acknowledge receipt of this addendum in the Bid Form or Proposal. A1.1 Existing Lightning Protection System Scope of Work Clarification - Roef. Areas 4A & 48: The lightning protection scope of work item 2.4 for Roof Areas 4A and 46 (Kitchen Roofs) remains unchanged for the project. Page 1 of 2 P:\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\Drafts\Addendum 1\Addendum 1 -Jail Roof.docx A1.2 Existing Lightning Protection. System Scope of Work Clarification - All Roof Areas except for Roof Areas 4A & 4B: Delete items 1.3 and 2.4 from the project scope of work, and replace with the following scope of work: At all roof areas except roof areas 4A and 4B, remove all lightning protection components from the existing roofing assemblies per project demolition criteria. Lightning protection components include but are not limited to; main roof conductors, down conductors, air terminals, ground rods, bonding devices, Jasteners, cables and cable accessories. All lightning protection component penetrations through the parapet walls and roof decks are to be capped with a 16 gauge galvanized steel plate secured to the building structure prior to new roof component installation. After removal of roof mounted equipment air terminals, Patch all holes in roof mounted equipment with 20 gauge stainless steel flat stock with hemmed edges. Set stainless steel flat stock patch in a full bed of urethanes sealant. Secure with stainless steel #12 sheet metal screws with EPDM washers at 4" O.C. *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Name: l l�► I�fLS� t _ Title: I c e,`f'(��°•cSj QUI (Type / Printed) Authorized Signature: Date: `'2 Z'l(? LJ Telephone: % / ` °Y%J _ / Email: Page 2 of 2 PABids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\Drafts\Addendum 1\Addendum 1 -Jail Roof.docx Page 1 of 3 ��tIVER Board of County Commissioners 180127th Street Vero Beach, Florida 32960-3365 FIp� Telephone: (772) 567-8000 Fax. (772) 778-9391 PRE-BID MEETING AGENDA MINUTES FEBRUARY 7, 2018,10:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room Al -303 Building A Project Name: IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND. REPAIR PROJECT Project Number: IRC -1735 Bid Number: 2018021 The following- meeting notes. setforth our understo►iding.of the discussions and decisions made at the subject meeting. If no objections, questions,. additions, or.comments are received within five (5) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. INTRODUCTIONS I.SIGN.IN SHEET This is a Pre -Bid Meeting; Attendance at thisconferenceby all bidders is MANDATORY. Bidders must sign in before 10:00 A.M. to. receive credit for attending. PROJECT DESCRIPTION: The project involves the replacement; recover and repair of designated '.roofing. assemblies at the Indian River County Jail Complex to provide a complete, watertight, 20 -year. warrantable roof system. CONTRACT DETAILS Bid opening: Thursday, February 22, 2018 at 2:00 PM Contract time: 120 days to substantial completion 150 days to final completion Estimate: $1,191,425.00 (includes force account) Liquidated Damages: $1665.00 per day CONTACTS BIDDING PROCESS All communications concerning this..bid shall be directed to Indian River County Purchasing Division at Purchasine(@ircgov.com PROJECT CONSULTANTS: Jay Ammon Architects, Inc. Page 2 of 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\4-Construction\Meetings\Pre-Bid\1735-Pre-Bid Agenda.doc OTHER COORDINATION IRC Traffic Engineering IRC Sheriff's Office PROJECT CONSIDERATIONS; • Sheriff's Department Access Requirements: o Required background check o Daily tool inventory o Site badge, check in requirement and communication restrictions o Work hours, weekend work hours • Project Site Access: o Contractor shall submit a roof access plan o Contractor shall submit a safety plan, including details regarding separation of work from from facility operations, parking areas, and access points to the Jail Complex • Staging and Material Storage o Storage areas must be preapproved by Sheriff's Office and County Staff o Portable restroom facilities • Addendums o Provide project related comments and questions to Indian River County Purchasing. Division ASAP. Response to comments and questions received within 10 days of the bid opening date will not be provided DlscusslON Questions & Answers Following a detailed description of the project by the County's design consultant Craig Hanson, Andy Sobczak (IRC Project Manager) asked attendees from the Sheriff's Office if they had any .information to add regarding the Jail facility or project. Capt. Bailey (IRC Sheriff's Office) asked if the electrical grounding system was included in the scope of work for the project. Craig Hanson responded that the scope directs the lightning protection hardware to be removed, reattached and recertified as part of the project. Capt. Bailey responded that most of the existing hardware (lightning protection) is missing as the result of storm damage in 2005. Capt. Bailey asked for clarification on areas where the roof will be recovered vs. replaced. Craig Hanson responded that a recover project involves replacement of a new roofing system over an existing roofing system. Page 3 of A contractor asked about the type of warranty for the project. Craig. Hanson responded a NDL (No -Dollar -Limit) warranty is required. Capt. Bailey added that during rain events areas of the facility have leaked since the current roofing system was installed. A contractor asked how to coordinate site visits. Andy Sobczak responded that contractors can contact him for a site meeting. A discussion followed regarding a site visit following the Pre -Bid meeting. A contractor asked if a bid bond was required. Andy Sobczak responded yes, 5%. A contractor stated that an additional site visit may be necessary to accommodate a lightning protection expert. Rich Szpyrka (IRC Public Works Director) stated that lightning protection will be addressed in a forthcoming addendum to specify exactly the extent of lightning protection work as part of the project. As the meeting closed, Jennifer Hyde (IRC Purchasing Division Manager) added that. since this pre-bid meeting is mandatory, attendees that arrived late and did not sign in at the start of the meeting will not be allowed to bid. . At the end of the meeting, Capt. Bailey handed out IRC Sheriff's Office Correction Division .Professional Visitors Applications (Background Checks):to attendees; and county staff stated that the applications will also be included in an addendum. With no further questions, the meeting ended at 10:25 and County Staff/Sheriff's Office staff escorted pre-bid meeting attendees -to the IRC Jail for a site visit. Indian River County Sheriff's Office Corrections Division Professional Visitors/Religious Volunteer Application Name: Date: Last First Middle Alias/Nickname: Maiden: Phone Number: Home: Work: Curch/Org/Agency i Current Address: Street Apt. # City State Zip Date of Birth: Sex Race Ht. Wt. Eyes Hair Drivers License Number: SSN#: Place of Birth: Purpose of Request: Ever Arrested? Yes No Where? When? What For? Any Convictions? Yes No What For? Are you related to anyone incarcerated at The Indian River County Jail: _Yes No If yes what is your relationship: (Please be specific about any arrest no'matter how<long ago; Information provided inay not hinder your approval, but all history must be given:'Use the back side of the sheet if needed.) I have answered the above in complete truth. Applicants Signature NOT WRITE BELOW THIS Background check completed: Date: Time: i Background completed by: i Approved: Yes_ No_ Reason: Administrative Lieutenant / Sergeant: Date: Deliver or mail information sheet.to: Corrections. Administration;.Indian.River County Jail, 405541' Avenue, Vero Beach, F1.32960 I Please allow two to three weeks for background check. When background is satisfactory, you or our organization will be notified. i w LE AUTHORITY FOR .RELEASE Florida Department of OF INFORMATION La'"' Enforcement (Background Investigation Waiver) Incorporated by Reference in -Rule 11B -27,0022(2)(a), FAC. To: Concerned Person or Authorized APPLICANT'S NAME: Representative of Any Organization, Institution or Repository of Records DATE OF BIRTH: LAST FOUR DIGITS OF SOCIAL SECURITY NUMBER: AGENCY REQUESTING BACKGROUND INFORMATION: ADDRESS: CJSTC 58 Having made application for certification or employment as a law enforcement, correctional, or correctional probation officer within the state of Florida, I hereby authorize for one year, from the date of execution hereof, any authorized representative of a. Florida criminal justice agency or Regional Criminal Justice -Selection Center bearing this release to obtain any Information pertaining to my employment, credit history, education, residence, academic achievement, personal information, work performance, background investigations, polygraph examinations, any and all internal affairs investigations or disciplinary records, Including any files that are deemed to be confidential and/or sealed. I also authorize release of any criminal justice records of arrests; citations, detentions, probation and parole recordsi or any -police reports or other police records in which I may be named for any reason, Including any files that are deemed to be juvenile and confidential..I hereby direct you to release this information upon the request of the bearer, whether in person or by correspondence. I further authorize the bearer to make copies of these records. This release Is executed with the full knowledge and understanding that these records and informafion are for the official use of a Florida criminal justice agency or Regional Criminal Justice Selection Center in fulfilling official responsibilities, which may include sharing the records or information with other criminal justice agencies, .Regional Criminal Justice Selection Centers or the State of Florida or release.to third parties as may be required by Florida public records laws. I hereby release you, as the custodian of such records, and employer, educational Institution, physician, hospital or other repository of medical records, credit bureau or consumer repotting .agency, including its officers, employees, and related personnel, both Individually, and collectively, from any and all Debility for damages of whatever kind, which may at any time result to me, my heirs, family or associates because of compliance with this authorization and request to release Information, or any attempt to comply It. A copy of this form w1N be as effective as the original. I hereby authorize the National Records Center, St. Louis, Missouri, or other custodian of my military. record to release Information or copies from my military personnel and related medical records, including a copy of my DD 214, Report of Separation, or other official documents from the United. States Military denoting discharge status or current status to: active Military Section 768.095, RS., tined Employer Immunity from. Liability; disclosure of trhformation regarding former or current employees states: An employer:who discloses informadon.about a former or current employee to a prospective employer of the former or current employee upon request of the:.prospecil" employer or of the iorneror current employee, is Immune from civil liability for such disclosure of its consequences, unless it `shown by dear and:convincing evidence. that the information disclosed by the former occurrent employer waslmowingly false or violated any civil right of the former or current employee protected under chapter 760; Florida Statutes. Pursuant to :Sedlons 943:f34(2)(a) and (n, f S, Chapter20@f-94; Laws, of Florida, disclosure of Information Is required unless contrary to state or federal law. Civil penalties may be available for refusal to disclose non -privileged /egafty obtainable Information. Applicants. Signature Date Applicant's Address OATH Pursuant.to Section 117.05(131(a}, Florida Statutes STATE OF COUNTY OF Sworn to (or affirmed) and. subscribed before me this day of year ___.,.By Signature of Notary Public — State of Florida Print, Type, or Stamp Commissioned name of Notary Public Personally Known ❑ OR Produced Identification ❑ Type of identification Produced Effective: 8/912001 Pursuant to Original— Employing Agency 1 of 1 CommissiomApproved Revisions: 12116110 Sections 943.134(2)(a) and (4), F.S. Form Effective Date: 312013 . ��Y„�yy_ �• ,�1s�YY.6 Jam'} GS ��$ d "+1 ALT Yx,,g, ♦u ��f '. ILL x� � � Sr., 4Jjr.7 i^ AI - RX . X)OM L Chi { E r ?s . FIS .: ,w 1��• 1-Zn•_"\l R 4 A Q ' �Y•i 3 01 ME 1 �► •.3 '� .� S�,E"�ryxPT, 1-111 o F� 3r- }r -fid' �%�u 5 •�„ _; rN 75 2 ��d;��pl�t�•Y �� wry �� C^�J � � �. j'.f�*r m�. 4rV Y' LA 7' S'' 1C,s �yMY. 1 4,7 rl 93 t _Z3 �. cj 7 �,'�' - ., �,/ r.. /� !7 ...tet 7 ,� �. Q z: •�: ? "`�" u J 5. iG1,�� . G' Pr -6 `x -1A F' ON�.a.V' J �Y x LL IM411 MJ IMF 'fin," r�,f• a ;s 1 ���14 �drr+'�'S3jN+r .,moi .Y• i 4•'"i.'S.f Jt : 2 YIM tQ. �. I Ed J. V+ '�• �'�' �~ 'gam t, - 'moo. •, T � .Q'. �1' r vii � b LIZ1 S 7 s :ztr 1 r 'e.,. o '2. �j+ ���'{�?�`^"{?•-.%F?��..•fl�,`.i ti?� 'G 'L �_ t ter.: , 5a� - Si E� ���f .�,.� i.N��,l.�k�"dT �•f'S4 xr�. .. j z�. J rx d ' , SO N� r �, _ t4x'F 111 x"rt _ SECTION 00452 SWORN STATEMENT UNDER SECTION 105.089 INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. ESI 2. This sworn statement MUST be submitted with Bid, Proposal or Contract No. .20 8021 PROJECT This sworn statement is submitted by: (Name of entity submitting Statement) whose business address is: 3. My name is ��(� j LG;S (Please print name of individual signing) and my relationship to the entity named above is t Lr= 41SIA441' 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. 1 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-in4aw, 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 bellow, is take 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 my relationships as defined in section_ 1.05.08, Indian River County Code, with any County Commissioner or County employee. 00452-1 F:1PuWlc WoftkENo1NEEMNG DIVISION PPA)JECM17355 tRC Jal Compex Roof R8PhMn1Wt4W8k PMjeM1,AdM1n0d DocunwftWaSW CoWad Dom merftIM52 DWWure of Re* t ahOSAW 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 manement of the entity have the following relationships with a County Commissioner or County, employee: Name of Affiliate or entity STATE OF� COUNTY OF �a Name of County Commissioner or employee Relationship V (Date) T he foregoing instrument was ed before me this_ day of Feba4tV 201L by who is personally known to me or who. has produced as identification. NOTARY PUBLIC SIG PRINT:i : r 4 J kiq Notary Public, State 4..large My Commiss on:Expires• (Seal) DEsofuw L AUSTIN A", Commisswn # GG 1G5615 b� Expose �January 6; 2022 -' „Tmyfa' lin raw.sao �otis' 00452-2 F:WhiWIC Woft ENONEERIN G DM.SI(>N PROJECTSti 7W ERC .fait C "ex Roof Rswpt mffWat-Repair PmjeMiAdmftAW DowrmftWWer Contrat D=ansnts=02 DWosm'of ReWonshlps.doc SECTION. 004466 - QUALI ATI,ONS :gUESTIONNAtRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NOW 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 Subrniitted with Project No: IRC -1735 Project Name: IRC JAIL COAAPLEX:RO{iFIMG REPLAGEIMEIs#T..RECQVER AND REPAIi2 PRO JECT, 1: Bidder's Name [Address /G 0 :./4 6JZ2A) 4-75 v--"7 2. Bidder's Telephone & FAX Numbers: Phorm. % — 93 3. Licensing and Corporate Status: a. Is Contractor License current? Y66 _ b. Bidder's Contractor License No: C'.CL l3,2 [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 fists the names and titles of all officers. 4. Number of years the firm has performed biaMness as.a Contractor.in construction work of the type involved in this contract: 5. Wbat is the last project OF THIS NAJjRE that the.firm has completed? 8: Has the firm ever failed to complete work awarded .to you? fJp [If your answer is "yes°, then attach a separate page to this: questionnaire that w0ains the circumstances and list the project name, Owper,.and the Ownees 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 pago.to this questionnaire; that ewains the circumstances and list the prged- 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 vlowng any,OSHA regulations? 004M - GtuWfx&WM QuesdannWre 00466-r FTubhoWaWEfttiTFVMIIIGDMIONPROMCM1735 MC M C=p=RodR of ap rhgJpdU-AbruinW ITacip456 - a Quaatio�msae.dx [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 Flora Statute 287.087? (in the case of a be, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? [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 th is questionnaire that summarizes the fine'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:.] l Date of Inspections: rL 15. Name of on-site Project; Foreman:) Number of years of experience with similar projects as a Project Foreman: 16. Name of Project Manager S, Number of years of experience with similar projects as a Project Manager 17. State your total, bonding capacity:, 5 O� f. 00 0 0 d) Q. 18. State your bonding capacity perjab: 5� 00 _ 666 00 19. Please provide name, address, telephone number, and contract person of your bonding company: l�hh,si7n g4,0c c: lam �ofllk7 [The remainder of this page was left.:biank intentionally] 00456 -QUR iB QUOS40fMie 00456-2 BVANoWorWa4G ER}1�TQDIVL410AJ.MOZCM735SRCIng Coop= RoofR Rgeir.F'[ojeatit-Amid Dxam�lMas6erGaUsaU Dommi&M56 - QW fimfim Q wsh doc 11 Ps (NOTE: If requesteed by the County, the Bidder shall furnish references, and other sufficiently comprehensive to permit an appraisal of its abilities as a cap#ract°�� 4jz-zz 17 (rjosmon or i nte} (Bate) " END OF SECTION 0 004W - Qt aftaft S QUeWMWM 004564 M%WkWairslBN MMUW,i�iVEMPROMCM1735MCJadC q=RoofRap �aaPf*41-AdmdnlBW Doca 00456 - Qaffioadm Q=vdaaaa mdw SECTION 00458 - List of Subcontractors The Bidder MUST list below the name and address of each Subcontractor who will perform work under this Contract in ekoess of one-half percent of the total bid price, and shall also list the portion of the worts which will be done by such Subcontractor.. After the opening of Bids, additions, changes, or substitutions will not be allowed unless approved: by Indian River County i 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 -'I for IRC JAIL :COMPLEX ROOFING REPLACEMENT, RECOVER ANQ.:REPAiR PROJECT. Work to be Performed S,ubcontractor's_NametAddress & J d 2. 3�(e c S �� tilbt0 3. 504-3-t 00 6. 11. 12. 13. 14. 15. 16. 17. - Note: Attach additional sheets if required. S7-fQQ60 * * END OF SECTION * * 00458 - list of SubCWU8 0M REV 0"7 -h FV bWWmksMMMMDIVIS NPRL?]EGM735MCJOB CWVWRwfR :Rvwftjxfll-4&-Qd'D C Dw ma&MSS - Inst afWwwftsdon REV "MAW if 4. 5. 6. 11. 12. 13. 14. 15. 16. 17. - Note: Attach additional sheets if required. S7-fQQ60 * * END OF SECTION * * 00458 - list of SubCWU8 0M REV 0"7 -h FV bWWmksMMMMDIVIS NPRL?]EGM735MCJOB CWVWRwfR :Rvwftjxfll-4&-Qd'D C Dw ma&MSS - Inst afWwwftsdon REV "MAW BOARD OF. COUNTY COMMISSIONERS April 3, 2018 Atlantic Roofing II of Vero Beach, Inc. Attn: Mr. William Lasky Jr. 4310 451h Street via Email Vero Beach, FL 32967 NOTICE OF AWARD Reference: Indian River County Bid No. 2018021 Indian River County Jail Complex Roofing Replacement, Recover and Repair Project Dear Mr. Lasky Jr.: It is my pleasure to inform you that on April 3, 2018, 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 (unrecorded) in the amount of 100% of the contract amount ($1,263,655.00). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s) must name Indian River County as additional insured and must provide fora 30 day Notice of Cancellation. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, the Certificate(s) of Insurance and two fully -executed copies of the enclosed agreement to this office at the address provided below no later than Wednesday, April 18, 2018. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennif Hyde Purchasing Manager Office of Management and Budget • Purchasing Division 180027 th Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1- WORK..................................................................................................................................2 ARTICLE 2 - THE PROJECT.................................................................................................................. 2 ARTICLE 3 - ENGINEER........................................................................................................................ 2 ARTICLE 4 - CONTRACT TIMES......................................................................................................... 2 ARTICLE 5 - CONTRACT PRICE.......................................................................................................... 3 ARTICLE 6 - PAYMENT PROCEDURES............................................................................................. 3 ARTICLE 7 - INDEMNIFICATION........................................................................................................ 5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS..................................................................... 5 ARTICLE 9 - CONTRACT DOCUMENTS............................................................................................ 6 ARTICLE 10 - MISCELLANEOUS.......................................................................................................... 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520 - Agreement (Public Works) REV 06-14.doc 00520-1 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\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 Atlantic Roofing II of Vero Beach, 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 INCLUDES THE REPLACEMENT, RECOVER AND REPAIR OF DESIGNATED ROOFING ASSEMBLIES AT THE INDIAN RIVER COUNTY JAIL COMPLEX TO PROVIDE A COMPLETE, WATERTIGHT, 20 -YEAR WARRANTABLE ROOF SYSTEM. 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 JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT County Project Number: IRC -1735 Bid Number: 2018021 Project Address: 4055 41ST AVE., Vero Beach, Florida 32960 ARTICLE 3 = ENGINEER 3.01 Jay Ammon Architect, 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 00520 - Agreement (Public Works) REV 06-14.doc 00520-2 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc 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 1665.00 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 ($ 1665.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract:: Numerical Amount: $ 1,263,655 Written Amount: One Million Two Hundred Sixty -Three Thousand Six Hundred Fifty -Five Dollars and 00/100 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. 00520 - Agreement (Public Works) REV 06-14.doc 00520-3 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc . 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 than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. 00520 - Agreement (Public Works) REV 06-14.doc 00520-4 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations,. explorations, tests, studies, or data are necessary- for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 00520 - Agreement (Public Works) REV 06-14.doc 00520-5 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-10, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. 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. General Conditions (pages 00700-1 to 00700-45, inclusive); 9. Supplementary Conditions (pages 00800-i to 00800-11, inclusive); 10. Contractor's Application for Change Order, Field Order and Work Change Directive (pages 00942-1, 00946-1 and 00948-1); 11. Specifications as listed in Division 1 (General Requirements) and Project Manual to include (Division 2, Division 3, Division 4, Division 6 and Division 7); 12. Drawings consisting of a cover sheet and sheets numbered SP1.0 through A7.4, with each sheet bearing the following general title: Indian River County Jail; A-- 13. Addenda (if applicable ); 14. Appendices to this Agreement (enumerated as follows): Appendix A — Permits 00520 - Agreement (Public Works) REV 06-14.doc 00520-6 F1Purchasing\B1dsQ017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc 15. CONTRACTOR'S BID (pages 00310-1 to 00310-6, 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 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 00520 - Agreement (Public Works) REV 06-14.doc 00520-7 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc 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 Countyall 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 TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords(c-ircgov.com Indian River County Office of the County Attorney 1801 27t' Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 00520 - Agreement (Public Works) REV 06-14.doc 00520-8 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc [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)\2018021 Jail Roof Replacement\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 April 3 , 2018 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: INDIAN RIVER COUNTY By: J ` ` Peter ryan, Cha By: Jason E. qrow4, County Administrator 9 APPROVED AS TO FORM AND LEGAL SUFF CY: 01 By: 10 _ Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: /DepLAy 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 CONTRACTOR: /�6 Address for giving notices: .-Mq 7 License No. (Where applicable) Agent for service of process:011114pLl�k Designate Represent ive: Name: I e) TIC Title:- Vi(,(, re S/ W t— Address:4:5`V PXD Phone: %% ;2 S Facsimile: `%%ot P5'7- S'730 (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 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018021 Jail Roof Replacement\00520 - Agreement (Public Works) REV 06-14.doc SECTION 00550 - Notice to Proceed krel (BIDDER) ADDRESS: Contract For: Dated IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER & REPAIR PROJECT Project No: IRC4735 IRC Bid No. 2018021 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 - Noticeto Proceed REV 14-11 00550-1 R%Pubk WorksIENGINEERING DMSION PROJECTS11735IRC daft Cwrgm Roof Replacement -Repair Pr*d%1-A&dnl0id Do---ts%Uder Contrail Doaane t%00550 - Notioe to Proceed REV 14-11.doc Rev. 05/01 00610 - PUBLIC CONSTRUCTION BOND INSTRUCTION FOR PUBLIC CONSTRUCTION BOND The front or cover page to the required .public construction payment and performance bond shall contain . the information required by Fla. Stat. 255.05(1)(a), and be substantially in the format shown on the first page following this instruction. The Public Construction Bond shall be in the form suggested by Fla. Stat. 255.05(3) as shown on the second page following this instruction. A Power of Attorney from a surety insurer authorized to do business in Florida, authorizing the signature of the Attorney in Fact who executes the Public :Construction Bond shall accompany that Bond. 00610-1 00610 - Public Construction Bond F:Public Works\ENGINEERING DIVISION PROJECTS\17351RC Jail Compex Roof Replacement -Repair Project\1,AdminXBid DocumentsWlaster Contract Documents\00610 - Public Construction Bond.doc 3120180023907 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3109 PG: 1350,4/19/2018 2:50 PM 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 2SS.05(2) OR SECTION 713.23 FLORIDA STATUTES. PB12270900035 BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME - Of contracting entity Is different from the owner, the contacting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: Atlantic Roofing II of Vero Beach, Inc. 4310 45th Street Vero Beach, FL 32967 772-567-7663 Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-1403 610-617-7900 Indian River County 1801 27th Street Vero Beach, FL 32960 772-567-8000 BOND AMOUNT: IRC- 1735 CONTRACT NO: Of applicable) IRC Jail Complex Roofing Replacement, Recover and Repair Project DESCRIPTION OF WORK: _ PROJECT LOCATION: 4055 41st Avenue Vero Beach, FL 32960 LEGAL DESCRIPTION: N/A Of applicable) A TRUE CDPY 00610.2 CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK 00610 - Public Construction Band F:1Publlc WorksIENGINEERING DIVISION PROJECTSl1735 IRC Jail Compex Roof Replacement -Repair Projectli-AdminlBid f1nn.....�M..tltb.��• /�..w1.+N 1lnnrr.w....N1At1R1R o.r�it.. n....,.,....�,.... o....w .ln.. BK: 3109 PG: 1351 PUBLIC CONSTRUCTION BOND Bond No. PB12270900035 (enter bond number) Atlantic Roofing II of Vero Beach, Inc. BY THIS BOND, We , as Principal and Philadelphia Indemnity Insurance Company Indian River County a corporation, as Surety, are bound to herein called Owner, in the sum of $ 1,263,655.00 , 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 , between Principal and Owner for construction ofIRC Jail Complex Roo ingep acemen , ecover and Repair Project , 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. 5(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 �/—/�" , 00610-3 Atlantic Roofing II of Vero Beach, Inc. Name of Pri i al gy Philadelphia Indemnity Insurance Company (,Name of Suretyl %3iUwt BY: Brett Rosenhaus, Attorney -in -Fact 00610 - Public Construction Bond F:1Publle woftWNGINEERING DIVISION PROJECTS11735 IRC Jai Compex Roof Replacement -Repair Prolectli-AdminlSid DocumentsWaster Contract DocumentsWMIO - Public Construction Bond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 3109 PG: 1352 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Brett Rosenhaus of Nielson, Rosenhaus & Associates its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, rccognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE: COMPANY on the I4"' of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Atiurney(s) in Fact and authorize the Attorneys) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE' COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ffS MITI IORIZED OFFICE TI IIS 27"' DAY OF OCTOBER, 2017. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27" day of October, 2017, before me canto the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. MM TNM NOT 2_" MWOMNnapp Nobry Wbk Notary Public lowMbWbnTwO VoniO�q+YW e+rtamma,nn E,Oeu S,p rb.r0� residing at: (Notary Seal) My commission expires: Bala C vmvvd PA S:ptember 25.2021 I, Edward Sayago, Corporate Secretary of PI IILADELPI IIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27'" day of Oetober, 2017 are true and correct and arc still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed (lie Power of Attorney as President. was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNrn, INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and al)ixed the facsimile seal of each Company this _ day of-, 20 STATE OF FLORIDA INDIAN RIVER COUNTY THIS IS TO CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF THE ORIGINAL ON FILE IN THIS OFFICE. THIS ORIGINAL MAY HAVE REDACTED INFORMATION AS STATE INFLORIDA STATUE 119,01, ,. F OOOUNT� •R. ,CLERK y B DEP LER "V DATE a2 Edward Sayazau, Corporate Secretary 1'111LADELPIILA INDE MNIT'S INSUPANCE COMPANY ��-9R �® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 4/12/2018 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 have ADDITIONAL INSURED provisions or be erdorsed. 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 Wallace Welch &Willingham, Inc. 300 1st Ave. So., 5th Floor Saint Petersburg FL 33701 CONTACT NAME: Certificates/Commercial Lines PHONE FAX • 727-522-7777 ac No): 727-521-2902 ADDRESS: certificates@w3ins.com INSURERS AFFORDING COVERAGE NAIC # Y INSURER A: Allied Ins. CO'. of America 10127 ATNATL1710882 INSURED ATLAROO-01 Atlantic Roofing II of Vero Beach Inc Atlantic Metal II of Vero Beach Inc INSURER B: United Specialty Ins. Co. 12537 INSURER C: American Interstate Ins Co. 31895 INSURER D: 4020 43rd Ave Vero Beach FL 32960 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1860935692 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NR ILTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMIPOLDDIYEYYFY MM DD1YYYY LIMITS B X I COMMERCIAL GENERAL LIABILITY CLAIMS -MADE PC] OCCURAMAGE Y Y ATNATL1710882 6/292017 6/29/2018 EACH OCCURRENCE $1,000,000 TO RENTED PREMISES Ea occurrence $ 50.000 MED EXP (Any one person) $ 0 PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � PR. 1-1 LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 S OTHER: A AUTOMOBILE LIABILITY Y Y ACP3007793798 7(712017 7!7/2018 COMBINED SINGLE LIMIT Ea accident $ 1.000.000 X7 ANY AUTO BODILY INJURY (Per person) $ SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ yPOWNED HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per accident Pers. Injury Protect $ 10,000 B X UMBRELLA LIAB X OCCUR Y Y IITNI713993 6/29/2017 629/2018 EACH OCCURRENCE' $ 1,000,000 X EXCESS LIAR CLAIMS -MADE AGGREGATE $ 1,000,000 DED RETENTION$ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N Y AVWCFL2649602017 11/15/2017 11/15/2018 X PER DTH - STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE F7N OFFICER/MEMBER EXCLUDED? N 1 A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory In NH) If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: Indian River County Bid No. 2018021 Indian River County Jail Complex Roofing Replacement, Recover and Repair Project Indian River County Jail is additional insured with respect to General Liability subject to terms, conditions, and exclusions of the policy. tO T `J68-ZUI5 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD V LLLA I IVI\ Indian River County 1801 27th Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Vero Beach FL 32960-3388 tO T `J68-ZUI5 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 4 Florida Depaitment of State f.T i>t� Cs 1A 6 Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation ATLANTIC ROOFING II OF VERO BEACH, INC. Filing Information Document Number P11000041943 FEI/EIN Number 32-0340502 Date Filed 05/02/2011 Effective Date 05/02/2011 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 07/25/2016 Event Effective Date NONE Principal Address 4310 45th St VERO BEACH, FL 32967 Changed: 02/12/2018 Mailing Address 4310 45th St VERO BEACH, FL 32967 Changed: 02/12/2018 Registered Aaent Name & Address LASKY, KIMBERLY A 5670 23RD STREET SW VERO BEACH, FL 32968 Officer/Director Detail Name & Address Title PT LASKY, KIMBERLY A 5670 23RD STREET S.W. VERO BEACH, FL 32968 Title S BEHRINGER, KATHLEEN GVIS ON OF CORPORAT`:ONS 11630 BALD CYPRESS DRIVE LAKE WORTH, FL 33449 Title VP Lasky, William, Jr. 5670 23rd Street S.W. Vero Beach„ FL 32968 Annual Reports Report Year Filed Date 2016 04/13/2016 ' 2017 04/06/2017 2018 02/12/2018 Document Images 02112.12018 -- ANNUAL REPORT View image in PDF format 04/06/201.7. ANNUAL REPORT View image in PDF format 07/25/2016 — Amendment I View image in PDF format 04113/2016 — ANNUAL REPORT View image in PDF format I 02,,;23;2Q1.5,,,,t NNUF)1;_RFPORT View image in PDF format 02/13/2014 -- ANNUAL REPORT View image in PDF format 02/2812013 ANNUAL REPORT View Image in PDF format 04129!2012._.=_ANNUAL_RFRORT View image in PDF format 10103/2011 — Amendment View image in PDF format 05;'02/2011 -- Domestic Profit View image in PDF format Florida De, a, t^ent of State, Di—:s cr Cc. porat: ons SECTION 00622 - Contractor's Application for Payment IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2018021 Project No.: IRC -1735 1) Attach detailed schedule and.copies of all paid invoices. 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or 3. Current Contract Price (1 plus 2): $ 4. Total completed and stored to date: $ 5. Retainage (per Agreement):. % of completed Work: % of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8 DUE THIS APPLICATION (6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond. acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622 - Contractors Application for Payment - 03-10 rev 00622-1 F:1Pablic Works\ENGII HRMG DrMION PROJECM735 IRC Jail Comp= Roof Replacement Repair P-jectk1-Ad—\Bid D—entsWo-0er Conbrad Docmnents\00622 - ContraeWs Application for Payment - 03-10 rev doc 2. Updated Construction Schedule per Specification Section 01310, and Dated STATE OF FLORIDA COUNTY OF INDIAN RIVER Page 2of5 By: (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Before me, a Notary Public, duly commissioned, qualified; and acting, personally appeared who being by me first duly swom upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of , 20 (SEAL) Please remit payment to: Contractor's Name: Address: is. personally known to me or has produced as identification. NOTARY PUBLIC: Printed name: Commission No.: Commission Expiration: [The remainder of this page was left blank intentionally] 00622 - Contractors Application for Payment - 03-10 rev 00622-2 F-Rublic W0jm\ENGu;EauNG DIVISION PROIEasu735 IRC hd Compac Roof Replacement -Repair FrojedU-Admin\Bid D0=entsltvteder Conhact DocumcnbW0622 - Conhacto2s Application for Payment - 03-10 rev.do.o 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 s Business Address BY: Print Name: Title: STATE OF FLORIDA COUNTY OF INDIAN RIVER (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting; personally appeared to me well known or who produced as identification, who being by me first duly sworn u on oath says that he/she is the for pan.d 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 —120 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:\%blic Wadm\ENGIIIF mwo DIvmoN PRGJECf8 im IRC Jafl Compex Roof Replacement Repan' Prolaxll-Admin%id DocmenbWasta Conhad Documents W22 - cwbhaaots Application forPgmcd - 03-10 my doc Page 4 of 5 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, materialmen 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 - Contractors Application for Payment - 03-10 rev 00622-4 F:\Public Waks\ENGHMMWG DIVISION PROIECM735 IRC Jsd Com pen hoof Reph—eot4R-� ProJxAl-Admm\Bid M=ncnbWaster Contract Documents\00622 Contractoes AppHm ion for Payment - 03-10 rev.doc Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not.been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622 - Contractors Application for Payment - 03-10 rev 00622-5 F:ToblioWo&\BNGR4EU NGDIMONPROJECM1735IRCJadC=MRoofRopkcement-Rep wPtgecfil-Admm\BidDo=W9S%UAaCwhad Docam cntsM22 - Canhadofs Application for Payment - 03-10 mv.doc l� w O W CL a w cr0 z Q cr W crO w H z W Ln M grlz c O OC O kq Z v z � a LLoG/ 0- -� Q 0. C X d J E O_ cc G � O V J_ Q U ccl LU Q z G W 0. H � . U WW q A O d� lz O E" E�7 O WW eq a m OHo pF F U SECTION 00630 - Certificate of Substantial Completion Date of Issuance: 20 OWNER: INDIAN RIVER COUNTY CONTRACTOR* CONTRACT FOR: IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT , Project No.: IRC -1736 Project Description: THE PROJECT INVOLVES THE REPLACEMENT, RECOVER AND REPAIR OF DESIGNATED ROOFING ASSEMBLIES AT THE INDIAN RIVER COUNTY. JAIL COMPLEX TO PROVIDE A COMPLETE, WATERTIGHT, 20 -YEAR WARRANTABLE ROOF SYSTEM. I OWNER's Bid No. 2018021 This Certificate of Substantial Completion applies, to all Work under the Contract Documents or to the following specified parts thereof: And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not atter 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 00630 - Certificate of Substandal completion REV 04-07 00630-1 F.\Public wodm\EtiGDUMMG DIVISION PROJECM735 IRC Jan Compel Roof RepUmment Repay RojerAl Admin0dDommmtsWastC Conbad Docvmm"0630 - Certificate of substantial Completion REV 04-07.doc 1 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:- WNER: CONTRACTOR:- CONTRACTOR:_ The 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: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: - (Authorized Signature) , * * END OF SECTION 00630 - Certificate of Substantial completion REV 04-07 00630-2 F:1Publk WodgENGII4Mt DIVISION PROJEM1735 IRC Jail Compel Roof Replacement Repair Projadll-AdmiWBid DocummtsWaSta Contras Documen1sM30 - Cafificate of Substa al 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 JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR REPAIR PROJECT PROJECT NO: IRC -1735 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 120 _'enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 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 F:1PuWic Works%ENGINEERING DMSION PROJECTS\1735 IRC Jafl Compex Roof RePlacement-Repair Project\1-Admin0d DocumentsWlaster Contract Documents=632 - Contractor's Final Certification REV 04-07.doc 1 5. The Work is complete and ready for final acceptance by the OWNER. 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Corporate Seal). (Contractor) By: Subscribed and swom to before me this _ day of , 20 Notary Public State. of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F:\Pubiic Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jai Compex Roof Replacement -Repair Projed\1-Admin\131d DocumentsWlaster Contract Documents\00832 - Contractor's Final Certificatlon REV 04-07.doo STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE .and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 101515th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1- DEFINITIONS AND TERMINOLOGY.....................................................................................................5 1.01 Defined Terms........;..................................................................................:.......................................5 - 1.02 Terminology.......................................................................................................................................7 ARTICLE 2 - PRELIMINAAY 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 3.01Intent..................................................................................................................................................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 ............. .......................... 4.01 Availability of Lands...........................................................................................................................11 4.02 Subsurface and Physical Conditions................................................................................................11 4.03 Differing Subsurface or Physical Conditions.....................................................................................11 4.04 Underground Facilides..............................................................:.......................................................12 4.05 Reference Points...............................................................................................................................13 4.06 Hazardous Environmental Condition at Site.....................................................................................13 ARTICLE5 - BONDS AND INSURANCE...........:.........................................................................................................14 5.01 Performance, Payment, and Other Bonds:..............................................:......................:.................14 5.02 Licensed Sureties and Insurers........................................................................................................15 5.03 Certificates of Insurance ...................................................................................................................15 5.04 CONTRACTOR's Liability Insurance ................................................................................................15 5.05 OWNER's Liability Insurance ............................................................................................................16 5.06 Property Insurance............................................................................................................................16 5.07 Waiver of Rights........................:........................................................................................................17 5.08 Receipt and Application of Insurance -Proceeds ...............................................................................18 5.09 Acceptance of Bonds and Insurance, Option to Replace .................................................................18 5.10 Partial Utilization, Acknowledgment of Property Insurer...................:...............................................18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES........................................................ .............18 ............................ 6.01 Supervision and Superintendence ....................................................................................................18 6.02 Labor, Working Hours...................................................................................:...................................19 6.03 Services, Materials, and Equipment....................................................................:............................19 6.04 Progress Schedule............................................................................................................................19 6.05 Substitutes and "Or -Equals" ..................... .........19 ................................................................................. 6.06 Concerning Subcontractors, Suppliers, and Others........................................................................22 00700 - General Conditions Master 00700-2 . F.T.bfic woen)ENmE umo mmoN PRofEcrsu 6IRC Health DepMmmt Roof RTkomeot Projea\l-Ad®nIaid DocumeiftV&s r:+Caatmo Doamcnts\W700 - GeneW Cuodrtions Masta.doc 8.}7F�tentFees and ..... 22 .-.---.-.-'---`------'-'-------'-'-----'--_— 6l]0Penndm------------_--.-----'---.------------'----------- ' _�� G.O9Levmoand Ragu�bona.--..-_----_----.-..-----..-...---'_-..--_-_---__ ��� ��1O7axma---------..-'_.--.------_-''_.--_--__-_-.--------''----- _�u2 6`11 Use ofSdmand O�nyrAreas ' ��� _---.-'------.----.-.--._.'----'---'_---_-._ 6.12Record Documents ........................................................................................................................... 23 ��13 Safety and Pro�obon-.----_-'.--.-----------_'---'_----'--------- _��3 �i14Oef*b� . ��� ' � _---.___________._____�________________._.. 6.15 Hazard /�pgnmn��.-.-'_----.--------_--.---'-----------.. ��� 6�G ----.---------'---'-'------------'--'-------'r— -_-^�� _ . 8.17 ---'-----'---'----'---'--'--------------- -24 6.18 Continuing the Work '......................................................................................................................... 25 6i19CON7RAC7OR's General Warranty and Guarantee ....................................................................... 25 8.20 Indemnifikation -_-__.___________._____________________~____._^�6 � ARTK�LE7-��THERVV��RK'--_-.--'-'------------------_--------'--'---'---'' ���� 7I�1f��t*dN�xkadS�*---.---'_--'--..--.----_--.--_.--_--..--.--._.-_.. �� 7.]2Coordination ...................................................................................................................................... :/ ARTk�LEG'C�VVNER�� -_'--'-_.-------.--_'-------.--~----'''—'-'_--- -D7 .8`01 Communications bnContractor .......................................................................................................... 2/ 8.02 Replacement ofENGINEER ............................................................................................................. 27 8I��/�xn�h Data ---..-_---.-_-.-..--_-_--.-.--.-..---~_---.__------..----' ��, 8l��Pay ��emDue ---..-'-__---'-_.___—_''----.-_'----------- �� 8I5Lands and and Tests ....................................................................................... 2/ 8.06 Insurance ............... 8.07 Orders .................................................................................................................................. - -�� 8.087ea�,and ----_-,--...—.---.-..--._-._''--_---._-_-_ 8.09 Limitations on OWNER's _-__--..-.-.--._-----.----.----. 28 @L1OUnd��onmdHean��uuyEnvnmnnven�KConomon..__-.-._--.------------_--.----'�p . �� 8.11 Evidence of/�nenc�l Angngmn���s-----..---------'_-'---'---------''''--'-' AJ�TCLES-ENC�NEER��STATUS DURING -.-------'--------_..._-.----- � _20 9 ��Ok��8�R� --_________________.____.._._.______.__.__�____ ��� ELO3Visits 8nSite ............................................................ `............................................................................ 28 9.03 Project ..__--___________'__________.____________ -�8 ' ' 9.04 Clarffications end ------------_--_-'''-------_._,-------' ''�S 8I5Authorized Variations /nWork .--.-.-_--_-------..----.---''__------_`--''29 9.06 Rejecting Detective Work ........................ _--.---_-.----.--.--------.---.---.-.��8 9.07 Shop C�x��man� -.--__...-''--^--.-----_-'-.-.----_�m ' ' ' 9I0/�t*rn�aUon�TUn�R���k�trk-_---.---.---------..---._-^-_.---._-.__.-- _2S 9.08Decisions mn Requirements mf�#n�mctl�x��rm�nboand ofV��k.-----''_...--'2S � 9. 10 f���0�����Authority and ............................................................. 30 1O A�lT%�LE1O-CH/N��ESiNTHE \A�}RK; CLA|K0S-'----.-.----.--.--------'-_-_--'------- �3O 10{1 Authorized Changes hvthe Work ._-.--------....------.--'._-----_-_----3o 10.02 Unauthorized Changes inthe Work ._-------.__.--------_'--_----_-- ........ 30. 1CiD3Execution mfChange Orders ............................................ --_--'''----_.---.................... 30 10.}40obficatfonboSurety .......................................................................................................... ............. 31 VVrOO'General Conditions Master oo?oo'a n���=���=e�m' ��u���=� snvu*v*^�ommmacuo�000mom,mnsonmrumCo°�onwm"to�,m*&==tp�°�~uw�aa 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.........................:.................................................:..........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 Titie................................................................................................40 14.04 Substantial Completion...................................................................................................................41 14.05 Partial Utilization...............................................................................................................................41 14.06 Final Inspection....................................:.........................................................................................42 14.07 Final Payment.........................................................................................................................:.......4 2 14.08 Final Completion Delayed.............................................................................................41 14.09 Waiver of Claims.............................................................................................................................43 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.................................................................................43 15.01 OWNER May Suspend Work.........................................................................................................43 15.02 OWNER May Terminate for Cause.................................................................................................43 15.03 OWNER May Terminate For Convenience ....................................................................................44 15.04 CONTRACTOR May Stop Work or Terminate...............................................................................44 ARTICLE16 - DISPUTE RESOLUTION......................................................................................................................44 16.01 Methods and Procedures........................:................................................................:......................44 ARTICLE17 - 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 - General Conditions Master 00700-4 F:%Pubrtc WodnlENGDdMRING DIVISION PROJEC[SUT36 i&C Heahh nep riot Roof Replacement rmiat\t-AdmiO\aia n«ummuWasw Conbm Dmments=DD - cxaaei con"= Mads as I GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work 3. Application for Payment—The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupa- tional Safety and Health Administration. 5. Bich -The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements—The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds—Performance and payment bonds and other instruments of security. 9. Change Order—A document recommend- ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement 10. Claim—A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract,Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written .interpretations and clarifications issued on or after the Effective Date of the Agreement Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in. electronic media format of text; data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price—The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final pay- ment 15. CONTRACTOR—The individual or entity with whom OWNER has entered into the Agreement 16. Cost of the Work—See paragraph 11.01.A for definition. 00700 - General Conditions Master 00700-5 F:Tak W hW4GDMMNG DrVISION PROJECfSU736IRC Health Dvftm d Roof Replaoanmt "edU-Admi Wd DowmmMMaster ConftW D==ems1W700 - GuwA Con"oos MasW doc 17. Drawings–That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement–The date indicated in the. Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER–The individual or entity named as such in the Agreement 21. Field Order --A written order issued by ENGINEER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. .22. General Requirements–Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifica- tions. 23. Hazardous Environmental Condition–The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste–The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. l 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 perform the Work under the Contract Documents. 30. OWNER–The individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization --Use by OWNER of a substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 32. PCBs–Polychlorinated biphenyls. 33. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 34. Project–The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual -The bound documentary information prepared for bidding and constructing the Work. Alisting 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.iPublic WotkskENGINEERING DMSION PROJECTSAI736 IRC.HeaNh Department Roof ReplecemeM ProjedN,Adminad Doaanentswaster Contract Domnentsvwo0- Generel Canditlons Master doe 38. Samples—Physical , examples, of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site—Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. . . 41. Specifications—That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor—An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so. that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions—That part of the Contract Documents which amends - or supplements these General Conditions. 45. Supplier—A manufacturer,,fabricator, supplier, distributor, materialman, or vendr 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, duds, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 47. Unit Price Work—Work to be paid for on the basis of unit prices. 48. Work—The entire completed construction or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 49. Work Change Directive—A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by the parties as, to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1.. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design 00700 - General Conditions Master 00700-7 FARd)lio WorkMENGINEERING OMSION PROJECTMI736 IRC Hearth Depart neat Roof Replacement Pr*crt1-Adm111lBid DoamrentsWlaster Contract DoasneW=700 - General Conditions Master.doc k 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 u " , n used in BRk 6hall mean to supply and delive sa�idd s use or installation ialS, OF and in equipment mable oF opeFable to the 7 Tom_ ,e "install," YAen ,coed Fd equipmeRt, shall mea se OF plaGe use. The p 3. wgFd6 peftFm and install use. said sePAGes; matedals, OF 4. When "fumish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A OWNER' shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A The Contract Times will commence to run on the thirtieth day after the Effective. Date of the Agree- ment or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Pro-. ceed may be given at any time within 30 days after the Effective Date of the Agreement In no event will the Contract Times commence to ran later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A CONTRACTOR shall start to perform the Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A CONTRACTOR's Review of Contract Docu- ments: Before .undertaking each part of the Work, CONTRACTOR shall carefully study and compare the 00700 - General Conditions Mester 00700-8 F:\Pu611: Works%ENGINEERING DMSION PROJECTSN736 IRC Heatlh Department Roof Replacement Projed\1,A"n0d DoauneMsWlaster Conrad DoarmeMst00700 - General Conditions Masterdoc Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby, however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report, any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary Schedules. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRAC- TOR shall submit to ENGINEER for its timely review: 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones 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- mitting, reviewing, and processing such submittal; and 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress' payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstrucbon Conference a. wor-MM, 10 - - - _ .. toe IL W 2.06 Preconstrucbon Conference 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05.13. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract 00700 - General Condoms Master 00700-9 F-VkN1c Works%ENGINEERING DMSION PROJEC MI736 IRC Health Department Root Replacement Projecal-Admfn'Bld DommentsWaster Contract Dom"Or sW0700 - GerMA Cond&m Master doe a. wor-MM, 10 - - - _ .. 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 2.05.13. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract 00700 - General Condoms Master 00700-9 F-VkN1c Works%ENGINEERING DMSION PROJEC MI736 IRC Health Department Root Replacement Projecal-Admfn'Bld DommentsWaster Contract Dom"Or sW0700 - GerMA Cond&m Master doe _ .. 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 2.05.13. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract 00700 - General Condoms Master 00700-9 F-VkN1c Works%ENGINEERING DMSION PROJEC MI736 IRC Health Department Root Replacement Projecal-Admfn'Bld DommentsWaster Contract Dom"Or sW0700 - GerMA Cond&m Master doe Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Article 9. ' 3.02 Reference Standards A Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifica- tions, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the stan- dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code; or any instruction. of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- ees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Con- tract Documents or between the. Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to ENGINEER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by . paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity, or discrepancy unless CON- TRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would . result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A-* The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment" (ii) a Change Order, or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order, (ii) ENGINEER's approval of a Shop Drawing -or Sample; or (iii) ENGINEER's written interpretation or clarifi- cation. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier ' or other individual or entity performing or 00700 - General CondMms Master 00700-10 F:gh"Io WorkMENGINEERING DIVISION PROJECTM1.736 IRC Health DeparlineM Roof Replacement Projechl AdrNrABid Dommm-ds%master Centrad Doaime OW700 - General Conditiom Master doc furnishing any of the Work under a direct or indirect contract with ,OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specfic 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 shalt 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 fumish 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 OD700 - Gerveral Conditions Master 00700-11 F-.Vh blk WoftXENGINEERING DIVISION PROJECTSM36 IRC Health Deperbri nt Roof Replacement Projechi-AdminlBid Doc unerds%Master ConbW Doaxnents=00 - General Condit1cm AAaster.doc 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inher- ent in work. of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do SO. B. ENGINEER's Review: After receiptof written notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an in- crease or decrease in CONTRACTOR's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in para- graph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.08 and 11.03. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if: or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CON- TRACTOR prior to, CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as re- quired by paragraph 4.03.A 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution . costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A Shown or Indicated. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and -data furnished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or com- pleteness of any such information or data; and 2. the cost of all of the. following will be included in the Contract Price, and CONTRAC- TOR shall have full responsibility for. a. 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 00700 - General Conation Master 00700-12 F:%Publlc WorkMENGINEERING DIVISION PROJECTSA1736IRC Health Department Roof Replacer� Projeclll-AdmirWid. DocumentsWaster Contract Dowments=700 -General Conditions Masterdoc 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 shalt .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 qualfied 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 accyracy 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. ExceptL for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's ,purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2.. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. 00700 - General Cond'fions Master 00700-13 PTublic Works IENGINEERING DIVISION PROJECTS11736IRC Health Departrnent Roof Replacement Projecal-Admin161d Do=rw t %Mastar Contract Documerds=700 - General Conditions Masterdoo C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone for whom. CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and. (iii) notify OWNER and ENGI- NEER (and promptly .thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area. is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may -be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in paragraph 10.05. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by .such condition to be deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors. of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other .dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds 00700- General C ntfffi ns Master 00700-14 FAPubtic WorkMMGINEERING DMSION PROJECTMI7361RC Health Department Roof Replao—erd ProjOW-Admin id DouimentsWlaster.Ca*ad Do=wft%0D700- General Conditions Master dor 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 fumished 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. 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the - Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be per- formed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, mainte- nance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include. as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's 00700 - General CordAions Master 00700-15 Rlftbfic Wotks%ENGINEERING DIVISION PROJECTSt1736 IRC Health DepaAmerit Roof Replacement Projed\1-AdminMid DoamrenlslMasler Cordract DoaanentsW0700 - Ge�reral Candltions 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 5.06 Property Insurance 1. Sp s _ onteFests of OWNER, 5.06 Property Insurance 1. inGlude the onteFests of OWNER, ENGINEER indMduals 's Consultants, and identified any in the- OF entities diFeGWFs, pa yees—, agents, and and any hate an of in them, eaGh F.1inteereest of hem i± is Mall deeFn e listed as addotiehall 2. be WFMen 'Buffilde0s on a n all OsW physiGal less OF damage to the WoFk, 1, ' least the fellewing peAls OF Gauses of les r expenses inruffed in OD700 - General CoWittons Master 00700-16 F:%Publie Works%ENGINEERING,DMSION PROJECTS117361RC Health Department Roof Replacernerd Projechl-AdrNh id Docun entsUider Conhad Dom m As100700 - General Conddions Master.doc by GWNER� 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. - -7.1111FAT161. 11 a . ,Misr mt2_t­��� 5.07 Waiver of Rights . , MI.ez 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. - -7.1111FAT161. 11 a . ,Misr mt2_t­��� 5.07 Waiver of Rights 00700 - General Corifto s Master 00700-17 F.Vt blic WorksIENGINEERING DIVISION PROJECTSH 736 IRC Health Department Roo( Replacemert Projects-AdminlBid DowmwrisWlasterCmtract DoommVIA00700 - General Conditions Mader doe ULU IT. 7MOAT'l 00700 - General Corifto s Master 00700-17 F.Vt blic WorksIENGINEERING DIVISION PROJECTSH 736 IRC Health Department Roo( Replacemert Projects-AdminlBid DowmwrisWlasterCmtract DoommVIA00700 - General Conditions Mader doe 5.08 Receipt and Application of Insurance Proceeds pse and of paragraph 5.08.13. OWNER agreement as the parties in interest may FeaGh. if no Work shall be Fepaiped OF -FeplaGed, the ineneys se reGeived applied an awount thepeef, and the We .. .- _ Wimd MAW 5.08 Receipt and Application of Insurance Proceeds pse and of paragraph 5.08.13. OWNER agreement as the parties in interest may FeaGh. if no Work shall be Fepaiped OF -FeplaGed, the ineneys se reGeived applied an awount thepeef, and the We B. QWNF=R as fidudar:y shall have power to acquist and settle any less - - i __ - the *insurers unless gne exemise of this power-. If r*urh objeGfien be made, OWNER as fiduGiaFy shall __ ake settlement mO the ameng the paFfies in interest is FeaGhed, OWNER as fiduGiaFy shall aojuist aAd se -Me 6e 10-66 MO the proper peFf9Fmanre of surh duties. 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 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 W700 - General CwWWws Master 00700-18 RIPublir- Works1ENGINEERING DIVISION PROJECTS IM IRC Health DOPWW nt Root RsPl mnwd Project%l-AdrrinM3id OoameMsNasW Conhad Doamwds=700 - General CondAions Master.doc ...... W -16111.12M N. 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 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 W700 - General CwWWws Master 00700-18 RIPublir- Works1ENGINEERING DIVISION PROJECTS IM IRC Health DOPWW nt Root RsPl mnwd Project%l-AdrrinM3id OoameMsNasW Conhad Doamwds=700 - General CondAions 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 It 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, Idnd, 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-equar item, in which case review and approval of the proposed item may, in W700 - General Mester 00700-19 FAPublk WorkMENGINEERING DMSION PROJECTS11736IRC HeaNh DepwWwnt Roof Replacement Projechl-AdmirWid Doaanerds%Uster Contract Do-n—ds=700 - Genera( Cor dtions Master doe 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.A2.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 infonnation to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.13. ENGINEER will be the sole judge of acceptability. No "or-equar 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 Cwftone Master 00700-20 F:1PuMic Works%ENGINEERING DMSION PROJECTS%1736 IRC Health Department Roof Repleoernent Projed\1-AdminSid DounentsWaster Contrect Documentst00700 - General Conditions Master doe CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CONTRACTOR to furnish at CONTRACTOR's ex- pense a special performance guarantee or other surety with respect to any substitute. E. ENGINEER's Cost Reimbursement: ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.13 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so pro- posed or submitted by CONTRACTOR, CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reason- able objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcon- tractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as . CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see` to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcon- tractors, Suppliers, and other individuals or entities performing or fumishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontrac- tors, Suppliers, and such other individuals or entities performing .or furnishing any of the Work to commu- nicate with ENGINEER through CONTRACTOR. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.06, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby- the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants, and all other individuals or. entities 00700 - General Cormfitions Master 00700-21 F:1Publfc Works%ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Rant Replecemerd ProjecRi-Admin0d DocumerftWaster Conhact Documenls=700 - 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 to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall .assist CONTRACTOR, when necessary, in obtaining such permitsand licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. B. If CONTRACTOR performs any Work know- ing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such. Work, however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consum- er, use, and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable, during the performance of the Work. B. OWNER qualifies for state and local sales tax exemption in the purchase of all material and equipment 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of 00700 - Cameral Condltlons Mader 00700-22 F.TLNic Works\ENGINEERING DMSION PROJECTMI736 IRC Health Deparwwnj Roof RepleoemeM ProjedN-AdmirMid Downm tsWtaster Contrad Documents100700 - General Condtions Mader 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 mated- als, rubbish, and other debris shall conform to applica- ble Laws and Regulations. C. Cleaning. Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ready for utilization 'by OWNER. At the com- pletion of the. Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it 6.12 Record Documents A CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifica- tions, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to .ENGI- NEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to ENGINEER for OWNER. 6.13 Safety and Protection A CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all , safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equip- ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of . their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A3 caused, directly or. indirectly, in whole or in part, by 00700 - Genual Conditions Master 00700-23 F.•IRblic WorksIENGINEERING DMSION PROJECTS11736 IRC Heatlh Department Roof Replacement ProjedN,Admtriad DocrmrentsWlaster Conhad Doannents100700 - General Conditions Master.doc CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph. 14.07.13 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 protea tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified , in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The, numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures IN 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 W700 - General Conditions Master 00700 - 24 F,%Pubfie Works%ENGINEERING.DMSION PROJECTSX17361RC Health Deparlmerd Roof Replacement Projedll-AdminlBid DocumentsV&der ConMact Dom meMsM00- General Conditlons. Mtesterdoc precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the. Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample.sub- mitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in. accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate Rem as such will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and ENGI- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on, previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall cavy 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 15.64 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.19 'CONTRACTOR's General Warranty and Guarantee A CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be . defective. CONTRACTOR's warranty.and guarantee hereunder excludes defects or damage caused by. 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. 00700 - General Conditions Master 00700-25 PAPublic Works%ENGINEERING DIVISION PROJECTSX1736 IRC Health Department Roof Replacement Projectll- dmin0d DommientsWlaster Contrad Documents100700 - 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: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself); including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- fied party by Laws and Regulations regardless' of the negligence of any such individual or entity. B. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compen- sation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CON- TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's Consultants or to the officers, directors, partners, employees, agents,, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage.. ARTICLE 7 - OTHER WORK J 7.01 Related Work at Site A. OWNER may. perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 007W - General Condi mr Master 00700-26 F.VWc Waks1ENGINEERING DNISION PROJECM1736 IRC 11eah Department Roof Replacement Projedll,Admin0d DoamierdsWwter Conrad Domrmnts100700 - Gerwal CondiBons Master doe performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to CONTRACTOR prior to starting any such other work; and 2.. if OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claire may be made therefor as provided in paragraph 10.05. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is per- forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall. do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering, their work and will only cut or alter their work with the written consent of ENGINEER. and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there -are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work per- formed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects, or deficien- cies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority . and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, OWNER shall issue all communi- cations to CONTRACTOR through ENGINEER. 8.02 Replacement of ENGINEER A. In case of termination of the employment of . ENGINEER, OWNER shall appoint an engineer to whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.03 Furnish Data A. OWNER shall promptly furnish the data. required of OWNER under the Contract Documents. 8.04 Pay Promptly When Due A OWNER shall make payments to CONTRAC- TOR promptly when they are due as provided in paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements, Reports and Tests A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 00700 - General Con WOM Master 00700-27 F:Wubl'ic WorkMENGINEEMN.G DMSION PROJECTSM36 IRC Health Department Roof Replaoement PmjecA1-AdmiMB1d DoaunerttsVfAaster Contract Doaunentsr00700 - General Conddtom Master.doc 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations .and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been. utilized by ENGINEER in preparing the Contract Documents. 8.06 Insurance A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders .A. OWNER is obligated to execute Change Orders as indicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. • OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in paragraph 13.03.6. 8.09 Limitations on OWNER's Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.11 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidencethat financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and will not be changed without written consent of OWNER and ENGINEER. 9.02 Visits to Site A. ENGINEER will make visits to the Site at intervals appropriate to the various stages of construc- tion as ENGINEER deems necessary in order to observe as an experienced and . qualified design professional the progress that has been made and the quality of the various aspects of CONTRACTOR's executed Work Based on information obtained during such visits and observations, ENGINEER, for the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Con- tract Documents. ENGINEER will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.10, and particularly, but without limitation, during or as a result of ENGINEER's visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If OWNER and ENGINEER agree, ENGI- NEER will furnish a Resident Project Representative to assist ENGINEER in 'providing more extensive observation of the Work The responsibilities and 00700 - General Conditions Master 00700-28 F"Publlo Woft*NGINEERING DMSION PROJECTS1f7361RC Health Department Roof Replaoertrerd Pr*ct%J.AdrreMBid DowmentsWaster Centrad Dou neru M700 - General Conditions Masterdoc 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 COW TRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph 10.05. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compati- ble with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as provided in paragraph 10.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.07 Shop Drawings, Change Orders and Payments A In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraph 6.17. B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. C. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. 9.08 Determinations for Unit Price Work A. ENGINEER will determine the actual quanti- ties and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition precedent to any exercise . by OWNER or 00700 - General Ca ubons Mester 00700-29 F4PWic Wod%AENGINEERING DIVISION PROJECTS%1736 IRC Health Department Roof Replacement Pro)ech-AdmiMBid DocumentsiMaster Contract Doamrenls100700 - General COrKfdWM Master doc CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Responsibilities . A. Neither ENGINEER's authority or respon- sibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to ,exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- tractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any -failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibil- ity set forth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Repre- sentative, and assistants. ARTICLE 10 -CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the. case of uncovering Work as provided in paragraph 13.04.13. 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 - carrel Conditkms Master 00700-30 F.Wublio WorkMENGNEERING DMSION PROJECTSH736 IRC Health Depertmerd Roof Replacement Projech1-Admin%Bid DommardsWfaster Cwtract DocumOfft=700 - General Condtkms 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 cant' on , the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the. provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. 10.05 Claims and Disputes A. Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the. Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.13. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.6. Each Claim shall be accom- panied by claimants written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B. ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing, party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article. 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other.and to ENGINEER within 30 days after the date of such decision, and a formal proceeding 'is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. W700 - General, Cond'dions Mester 00700-31 F-Vublic WodcsWMINEERING DIVISION PROJECTMI736 IRC Health Department Roof Replacement Projecfll-Admin%Bid D=xnentsWlaster Contrad Domnents=700 - General Conditions Masterdoc C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10.05.6, a decision denying the Claim. in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05.. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means. the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in para- graph 11.01.6. .. .-FM- - MOW ..- -M., A M, 2. Cost of all materials and equipment furnished and incorporated in the Work, includ- ing costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue. to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CON- TRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in this para- graph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary trans- portation, travel, and subsistence expenses of CONTRACTOR's employees incurred in dis- charge of duties connected.with the Work b. Cost, including transportation and maintenance, of all materials, supplies, equip- ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not con- sumed which remain the property of CON- TRACTOR. 00700 - General Conditions Master 00700-32 FAPWic WorksU NGINEERING DIVISION PROJECM736 IRC Health DepaNnaM Roof Replacement Projec6l-Admirffiid DommXW Waster Contract Da weds 00700 - General Conditions Master.doc C. Rentals of all construction equip- ment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the. Work.. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. e . Deposits lost for causes. other than negligence of CONTRACTOR, any Sub- contractor, . or anyone directly or indirectly employed by any of them or for whose acts any - of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- tained by CONTRACTOR in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.13), 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. L When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of. the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded. The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration. of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CON- TRACTOR, any Subcontractor; or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any Idnd and the costs of any item not specifically, and expressly included in paragraphs 11.01.A and 11.01.13. 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 Conddlons Master 00700-33 F*Vh"ic Wor6-%ENGINEERING DMSION PROJECM1736 IRC Health Department Roof Replacement Pmject%i AfthSid DocurtrentsWlaster Contract DomxrmtA00700 - General CordAbns Master.doc Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth in paragraph 12.01..C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.6, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown. together with supporting data. 11.02 Cash Allowances ` A It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that 1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tractPrice shall be correspondingly adjusted: 11.03 Unit Price Work . A Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement The estimated quantities of items of Unit Price Work are not guaran- teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deter- minations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be ade- quate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accor- dance with paragraph 10.05 it 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3.. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or, OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A The Contract Price may only be changed by a Change Order or by a Written Amendment.. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the ENGINEER and the other party to the Contract in accordance with the provisions of para- graph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11.03 ); or 2. where the Work involved is not cov- ered by unit prices contained in the Contract 00700 - General Conditions Master 00700-34 FAPLMe WoftiENGINEERING DIVISION PROJECTS117361RC Health Depar4nent Roof Replacemerd ProjadN-Adntin0d Dommient.sWaster Contrad Documents=700-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 12.01.13.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee. The CONTRACTOR's fee for overhead and profit shall be determined as follows: a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under para- graphs 11.01.X1 and 11.01.A.2, the CONTRACTOR's fee shall be 15 Percent; b. for costs incurred under paragraph 11.01.X3, the CONTRACTOR's fee shall be five percent~ c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be'paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.X1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcon- tractor, d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.X4, 11.01.X5, 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 f. when both additions and credits are involved. in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance. with ,paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A Where CONTRACTOR is prevented from completing any part of the Work within. the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.02.A Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods,. epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A The Contract Times (or Milestones) will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRAC- TOR. 12.05. Delays Beyond OWNER's and CONTRACTOR's Control A Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or -Milestones) in an amount 00700 - General Conditions Mester 00700-35 F:Vkbk Works%ENGINEERING DMSION PROJECM17361RC Health Department Roof Replacement Projeclll,Admin181d DowxnentsWaster Conhad DoanmW00700 - General Conditions Master.doc equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 12.06 Delay Damages A- In no event shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CONTRACTOR; or 2. delays beyond the control of both. OWNER and -CONTRACTOR including but not limited to fires, floods, epidemics; abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to delay, interference, or disruption directly attributable to actions or inactions of OWNER or anyone for whom OWNER is responsible. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's . Site safety procedures and programs so that they, may comply therewith as applicable. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 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 fumish 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.1Public Works%ENGINEERING DIVISION PROJECTM17361RC Health Deparknerd Roof Replacement Projedtl-A"nWid DoamrentsWlaster Contract Domnents%(WDO - General Conditions Masterdoc JIM 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 fumish 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.1Public Works%ENGINEERING DIVISION PROJECTM17361RC Health Deparknerd Roof Replacement Projedtl-A"nWid DoamrentsWlaster Contract Domnents%(WDO - General Conditions Masterdoc of CONTRACTOR's, intention to cover the same and ENGINEER has not acted with reasonable prompt- ness in response to such notice. 13.04 Uncovering Work A If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGI- NEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. B. If ENGINEER considers it. necessary or advisable that covered Work be observed by ENGI- NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose, or otherwise make available for observation, inspec- tion, or testing as ENGINEER may require, that portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observa- tion, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited. to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price -or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.05 OWNER May Stop the Work eF entity, OF any sup* f9F, 9F employee oF agent of any 13.06 Correction or Removal of Defective Work A CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGI- NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees. and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.07 Correction Period A defeGWe, OF if the FepaiF of any damages to the land OWNER OF peFmi#ed by Lmm and RegulalfieRs as Gentemplated *A paFagFaph 6.11.A is found to be to OWNER and on aGGGFdanGe with OWNER's vA remove and FeplaGe any damage to e4heF W0Fk, 1-0 the #rerx� If CONTRACTOR does not. promptly comply. with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or. may have the rejected Work removed and replaced, and -all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. B. item of equipmeFit is plaGed OR Gei;fiRueus se 00700 - General Corations Master 00700-37 FANtlic WorkslENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Projechl-Admin0d DoarnentsWlaster Contract DommteMs=00 - General COnddions Master.doc - - -_moral-' eF entity, OF any sup* f9F, 9F employee oF agent of any 13.06 Correction or Removal of Defective Work A CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGI- NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees. and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.07 Correction Period A defeGWe, OF if the FepaiF of any damages to the land OWNER OF peFmi#ed by Lmm and RegulalfieRs as Gentemplated *A paFagFaph 6.11.A is found to be to OWNER and on aGGGFdanGe with OWNER's vA remove and FeplaGe any damage to e4heF W0Fk, 1-0 the #rerx� If CONTRACTOR does not. promptly comply. with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or. may have the rejected Work removed and replaced, and -all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. B. item of equipmeFit is plaGed OR Gei;fiRueus se 00700 - General Corations Master 00700-37 FANtlic WorkslENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Projechl-Admin0d DoarnentsWlaster Contract DommteMs=00 - General COnddions Master.doc C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- ment, ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to ENGINEER's recom- mendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. 13.09 OWNER May Correct Defective Work A If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's Consultants access to the Site to enable OWNER to exercise the rights and remedies under this paragraph. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13.09. 00700 - General ConMons Master 00700-38 - FAPublk Works1ENGINEERING DIVISION PROJECTS\1736 IRC Health Department Roof Replacement Projectil-AdminlBld DoaxneMsWlasler Contract Daaxmei-d6=00 - General Conditions Whider doe ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The schedule of values established as provid- ed in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- NEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once ' a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by. such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equip- ment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate. property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement B. Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER. or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment In the latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment. requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with . the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.08, and to any other qualifications stated in the recommendation); and c. The conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work 3. By recommending any such payment ENGINEER will not thereby be deemed to have represented that (i) inspec- tions made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond 'the responsi- bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the 00700 - General Condtlais Master 00700-39 FAPublic Works1ENGINEERING DIVISION PROJECTSU 736 IRC Health Departnent Roof Replacement Projecft1 A&nlnV6ld DocumentsWaster Contract DocumeMs100700 - General Condltk= Master doc parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review . of CONTRACTOR's Work for the purposes of recommending payments nor, ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recom- mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.02.13.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in. ENGINEER's opinion to protect OWNER from loss because: a. the Work is 'defective, or completed Work has. been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accor- dance with paragraph 13.09; or eme of any of the events enumer- C. Payment Becomes Due I 7=, -To M. N M, I N r ="7T r_1 rz M 7. M IN. D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended .by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs \14.02.B.5.a through 14.02.B.5.c or paragraph 15.02A 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR .corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C.1. 14.03 CONTRACTOR's Warranty of Tide . . A CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated W700 - General CoW ions Master 00700-40 F:MhNic WorkMENGINEERING DMSION PROJECTSt1736IRC Health Depatnent Roof Replaoement Projectki4 M4n%S1d Doamrerds%Wer Cadrad Dowments100700 - General Conftons Master.doe 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. 1f.. ENGINEER GOnsidefs--the`—WaFk liGh shall fix the date of Substagal Gempletion. Them shall be aftaGhed to the GeFfikate a tentative list of items to be Ggrnpleted nr nnrmc&P- befeFe final payment OWNER shall have seven days make written 9bjerA99 to ENGINEER 4s te any that the Work is net substapAally Gernplete- CAI(`IAICCD , rill'uOin 4 A days after n, d.inn nfthe tentative GeFfifiGate to OWNER Fie* GGNTRAGTOR ,ENGINEER sill Mhin said 44 days exeGute—and tentative list of items to be GOmpleted OF GGFFeGled) s ENGINEER believes in fified after Gessidemfion ENGINEER udll deliver to OWNER and GGNT- AG Fesponsibilifies pending final. payment between and guaFaRtees. Unless OWNER and i fai:m ENGINEER in ,�.riSnn nrir.r to ENGINEERD s ififVffff-GTA7TfCGT D G. �...... .-.r....binding eR OWNER and GONTRAGTOR until finalpayment 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. w7to - General CondR ons Master 00700-41 PIPublic WoikMENGINEERING DMSION PROJECTS11736 IRC Health Deparbwd Rod RePlaoement Projedll •Adnun%Bid DmmwdsWlaster Contrad Docwtre 1WM7W - General Condditions Master.doc compliance with the requirements of paragraph 5.10 regarding property insurance. . 14.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application. for Payment 1. After CONTRACTOR has, in the opinion of ENGINEER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, allmaintenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and other documents, CONTRACTOR may make application for final payment follow- ing ollowing the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.8:7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satis- fied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CON- TRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review ofApplication and Acceptance .1. 'If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within,ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application - for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due ME 14.08 Final Completion Delayed A If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing erminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted 00700 - General Corxfr ions Mester 00700-42 , F:Uk"lc Works%ENGINEERING DIVISION PROJECTSN736 IRC Health Department Roof Replacement Projedll-AdminlHid DocwnentsWlaster Contrad DxumentsW0700 - General Cord'dions Master doe 14.08 Final Completion Delayed A If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing erminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted 00700 - General Corxfr ions Mester 00700-42 , F:Uk"lc Works%ENGINEERING DIVISION PROJECTSN736 IRC Health Department Roof Replacement Projedll-AdminlHid DocwnentsWlaster Contrad DxumentsW0700 - General Cord'dions Master doe by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims, 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.96, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRAC- TOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CON- TRACTOR shall resume the Work on the date so fixed. -- 15.02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR's I disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of 'CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the . Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all. materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- TRACTOR from liability. 00700 - Carred Conditions Master 00700-43 F:7ubfic WoftAENGINEERING DIVISION PROJECTS\1736IRC Health DepaAmerd Roof Replaoemal ProjedN-Admin0d DoaxnentslMaster Contract DoamreMs=700 - 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 Work, . plus fair and reasonable sums for overhead and profit on such expenses; . 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such termination. 15.04 CONTRACTOR May Stop Work or Terminate A If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, 9F OWN614 fails for 30 days te pay G T-RAGTQR any sum finally c-letersWned- to be due, then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER,. and provided OWNER or ENGINEER do not remedy such suspension' or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other, right or remedy, if ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, oF OWNER has failed fb� 30 days to p CONTRA CONTRACTOR may,. seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set. forth, and subject to the provisions of paragraphs 9.09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the fine or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times. A When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies . 00700 - General ConMons Master 00700-44 Flk"ic WmWENGINEERING DMSION PROJECTM1736 IRC Hearth Depmtment Roof Replacement ftiecflt-Admin0d DowmernskMaster Cwtrad D=mients100700- General Conditions Master doe A The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by 'special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or comple- tion of the Agreement 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 00700 - General CondNons Master 00700-45 NPubfic Works\ENGINEERING DMSION PROJECTS11736 IRC Health DeparMrent Root Replacement Projechl-AdminOd Doa m dsWaster Contract Downwts100700 - General Conditions Master.doc Article Title Article Number Introduction SC -1.00 Defined Terms SC. —1.01 Terminology SC —1.02 Before Starting Construction SC — 2.05 Preconstruction Conference SC — 2.06 Coordination of Plans, Specifications, and Special. Provisions SC — 3.06 . Subsurface and Physical Conditions SC — 4.02 Performance, Payment and Other Bonds SC — 5.01 Certificates of Insurance SC — 5.03 CONTRACTOR's Liability Insurance SC — 5.04 OWNER's Liability Insurance SC — 5.05 Property Insurance SC — 5.06 Waiver of Rights SC — 5.07 Receipt and Application of Insurance Proceeds SC — 5.08 Acceptance of Bonds and Insurance; Option to Replace SC — 5.09 Labor; Working Hours SC — 6.02 Concerning Subcontractors, Suppliers and Others SC — 6.06 Permits SC — 6.08 Cost of the Work SC —11.01 Test and Inspections SC -13.03 OWNER May Stop the Work SC -13.05 Correction Period SC —13.07 Progress Payments SC —14.02 Substantial Completion SC —14.04 606004' . . OO80Q 'Supplementary Conditions 05=13 reV_ 00800 IF:11uhlic Works\ENGINEERING DIVISION PROJECTSt1736 RC Jail Canipex Roof Re*wmen1Aep* ftjeant•Admin0d DoaxbenWAaeter Contract . poamKmts100800 -- sup*Wwitary:Condrgm 05-13 rev.doc +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ SECTION 00800 --SUPPLEMENTARY CONDITIONS TO THE:' GENERAL CONDITIONS SC4.00 Introduction These. Supplementary Condiions 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. SC4.01 Defined Terms SC -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety. SC -1.02 . Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install" shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use. SC -2.05 Before Starting Construction SC -2.05:C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its place: C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been- so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. SC -2.06 Preconstruction Conference SC -2.06 Delete paragraph GG2.06.A in. its entirety and insert the following paragraph in its place:::.. A.- Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Madaderr will calla preconstruction conference at..a place the ENGINEER nde designates to' establish.an urstanding among :the partiesas to the work and to' discuss schedules referred.. -to in'. paragraph 2-.05."%.;procedures 00800-1 OQ800 -.Supplementary Condlfions 05-13 rev 008001 F-4ub WftWENGINEERING DMSION PROJEC7MI735 IRC AM Compau Roos R%ga E Repair M*cA1a1dnnUW Docume tWlaster Cwhad OodanerdsW0800 - Supplementary Conditions 0543 revdoc . ' for"handling. Shop Drawings and other submittals,' and maintaining required..., records. Utility companies and others as appropriate will lie 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. Existerice 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 madeby. an officer or director of the Contractor with - authodty 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 worts FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance" Actual "Compensation for -Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations .2. Addenda 3: Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6_- Approved Shop Drawings. 7... . Drawings 8. `Referenced Standards. B. Written/co'nputed dimensions shall govern over scaled dimensions. . - 00800-2 00800 Supplementary Conditions 05-13 rev. 00800 2F.MNM1c WbftkENGINEERMG DIVISION PROJECTSM735 IRC -AH Cmpex Rohr Replacement -Rep* Projecxll Adminl8id DocumerbWaster Contract Dooms ntMOOSM-.Suppjementwjr.Cory tiftm05-13rev.doc.. SC -4.02 Subsurface and Physical Conditions.: - SC -4:02 Add the following new paragraphs immediately after paragraph GG4:02:8: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: SC -5.01 Performance; Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC -5.03 'Certificates of Insurance SC -5.03 Delete the -second sentence of paragraph GG5.W in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GG5.04.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 $1.00,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of. injury sustained by an . employees) 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. 00800-3 .. - 00800 Sup05-13 rev p{eirientary,Gonditions 00800 3P%Pubiic Waks1ENGINEERING OMSION• PROJECTM1735 IRC Jail Compeu Root Replamnent4tepek Pr*cal*&wn181d DoaimeMaWasW Conaad Do&mWb==-Supplementary.Cond OS13reV.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: a. Owned -Autos b. Hired Autos C. Non -Owned Autos. 4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall. secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and Insurance Endorsement' forms in the exact wording and format presented in these Contract Documents before starting work. 5. Special Requirements: a. Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording, and format as presented in these Contract Documents will be provided to the OWNER'S Risk Manager for review and approval. b. "Indian River County Florida° will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance. C. The OWNER will be given thirty (30) days notice prior .to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are--subject--to- modification -in response. _to..high.-_hazard ..... _- ._ _.. . operation. g- Insured must be authorized to do business and have an agent for service of process in Florida and have Bests Rating of A -VII or better. D. Additional Insureds: 1. In addition 'to "Indian River County, Florida," the following individuals or entities shall ' be listed as "additional insureds" on .the CONTRACTOR's liability insurance policies: a. Florida Department of Health -Indian River SC -5.05 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 4F:%P�. VVorkaIENGINEERING DMSION PROJECTMI73S IRC Jab Compex Root Repfeceme"apair ftlectN-AdmMM DommwtsWlester pmbad D6mmmite10080Q- sWo m mtmy.Cmaons o5-13 rev doc . SC -5.06 " Property Insurance SC -5.06 Deleteparagraphs 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 architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in - ---- -- - - --- --writing by. -OWNER, -CONTRACTOR and -ENGINEER with 30, days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 1. The following individuals or entities shall be listed as "additional insureds" on the. CONTRACTOR's property insurance policies: a4 ~ Indian River County, Florida .00800-5• •..00800' -Supplementary Conditions 0593 rev 00800 5F:%"ioWoft%ENGINEERING OMSION PROJECTS11735 IRC Jail Compex Roof Replecement-Repok ProjecAl-AdmirABld Dommmy SVMaster C r&ad Moamients100800. Supplenier 4 Coad U= 05-13 rev.doc . ' SC -5.07 Waiver of Ri0hts SC -5.07 Delete GC -5.07 --(paragraphs A, 8, and C) in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5:08. Delete GC -5.08 (paragraphs A and B).in its entirety. = -SC-5.09 Acceptance of Bonds and insurance; :Option to Replace -SC-5.09 Delete GC-5.09(paragraph A)in its entirety.. SC -6.02' Labor; Working Hours SC -6.02.6. Add the following paragraphs immediately after paragraph GC -6.02.8: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, -independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise -- -due the CONTRACTOR.- 6. No work shall commence before. 7 a.m. or continue after 5 p.m. except in case of emergency upon spec 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 fumish 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 -6.06 A: 1. The OWNER has obtained the following- permits (copies of these . permits are contained in Appendix "A°): 00800 .._ 00800 -'supplementary Conditions 05-13 rev 00800 6F:wualo WakMENGINEERING DMSION PROJECTSt173S IRC Jab CW4. me Roof Reel hent -Repair Pmject l-MWn%BidDom.armts%%Mbr.Cordract DoamreMat008 - Supplemwo&y Cw dlFi" 05-13 reV.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 ENGMEER 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. SC41.01' Cost of the Work SC -11.01:A 1.. Delete paragraph GC -11.01.A.1 in its entirety, and.insert the following sentences in its place: 1. CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC -2.06.13) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract In no case shall an officer or director of the Company, nor those persons who own more than 1 %. of the Company, be - considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13.03.13. 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 laboratoryto.- ._ . 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 1.3.03.1 below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.13 shall be paid as provided in said paragraph 13.04.13; 3. _ tests otherwise. specifically provided in the Contract Documents. SC43.05 OWNER May:Stop the Work 00800-7 .. 00800 - Supplementary Conditions 05-13 rev 00800 7F:tPuw Wmks\ENGINEERING DMSION PROJECTSN735 IRC'Jail Compex Roof Replacemard- Repair Project\1 Adrtdn%Bid DoairteMsWlaster Connect' . Dom meet vmw = supplementary COnddione 05-13 rev.doc - SC -13.05.A.' Delete paragraph OC -13.05.A in.its entirety and insert. the following paragraph. in its place: A. If the. Work is defective,- or CONTRACTOR fails to. supply ,sufficient skilled workers or suitable materials or equipment, `6r. fails to comply with permit requirements," or fails to comply with the technical. specifications, or fails. to perform the Work in such. a way that the completed Work will conform to. the . Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any :. portion thereof, until the -cause for such order has been eliminated; however,: this right of OWNER to stop.the Work shall not give rise to any dutyon the part of OWNER to exercise this right for the benefit of CONTRACTOR, any, Subcontractor, any Supplier, any other individual or .entity, or any surety for, or employee or agent of any of them. SC -13.07 Correction Period J SC -13.07 A-. Delete the first sentence of paragraph GG -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any. applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SC -13.07 B. Delete paragraph GC -13.07.B in its entirety and insert the following sentence in its place B. In special circumstances where a particular item of equipment is placed in continu- ous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. :. SC -14.02 Progress Payments SC -14.02.B.5. Deiete paragraph GC-14.02.B.5.d in its entirety and insert the following paragraph• in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.B.5. Add the following sentences at the end of paragraph GC -14.02.8.5: e. OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.0.1 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. SC44.04 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)(x)(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 :Mems required _to render the Work _on the _Project__comp lete,__ satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor . acknowledges and agrees that it will diligently proceed.to complete all items on. 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: 00800-9. . 00800 - supplementary conditions 05-13 rev*:l 00800 9FAPubft Waks1ENGINEERINGDMSION PROJEC7S117351RC Jail Compex Roof Replacfe t-Rsp* Projec l-Adminlald Do&s nentslMaster Contrad ' Dowments\00800 - SLplem%tW CwMicns'o5-13 rev.doc bstantial Completion, Engineer will C. At the time of delivery of the tentative certificate: of Su deliver to .Owner and Contractor a written recommendation as to division of .responsibilities pending final payment between' Owner and Contractor .with. respect to security, operation, safety, 'arid protection of the Worts, maintenance, heat, utilities., insurance, and warranties and . guarantees SC-1.4.07 Final Payment. SC-14.07.C.1. Delete paragraph. GC-14.07.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER tq •CONTRACTOR according to the" Local Government Prompt Payment Acf , Florida Statutes section 218.70, et. seq. SC-15.01 OWNER May Suspend Work SC-15.01.A Delete the last sentence in paragraph GG-15.01.A and insert the following in its place. CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension. SC-15.02 OWNER May Terminate For Cause 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__ Subcontracto.m.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: �ails fGF 30 days to pay GONT-R.AGT-OR any sum Ii y deteFmined to- be due, SC-15.04 Delete the following text from the second sentence of paragraph GC-15.04.A: OF GVMER has failed fGF 39 CONTRACTOR any sum finally detemined to due; 00800710... . ._ 00800 - Supplementary 3 Condlbons 05- rev 1 00800:10F:tPirhllc Wbd(sWNGINEERING DMSION PROJECTS11735 IRC Jaa Cwrp.0 Roof Rep w*.rtt-Repair PmJ ftI-Adn*XBid DwjrrW t %M-Mer Cmh d Do&m daWf)800.= Supple m*my CoriMmm 05-43 rev.doc.-: SC4 6 OISPUTE RESOLUTION SC -16.02 Mediation SCA 6. Add the following new paragraph immediately after paragraph GC -16 01. SC -16.02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all* unsettied 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 SC -17.06 Liens Add the following new paragraphs immediately after paragraph GC17.05. SC -17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specked in Florida Statutes Section . 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name) pursuant to Chapter -- - - -- ~ - - ----255 --of- the-- Florida - Statutes- ---This paragraph -shall, beinserted 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 Y rel on said affidavit at face value. The CONTRACTOR does perfecting and quit -claim an and all rights he ma enjoy perf g hereby release remiss YY y q any lien or any other type of statutory common law or equitable lien against the job.. DATE OF ISSUANCE: SECTION 00942 - Change Order Form M EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT OWNER's Project No. IRC -1735 OWNER'S Bid No. 2018021 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:%Public WmkAMlNEERING DIVISION PROJECTS117351RC Jail Compex Roof Replaoemerd-Repan Pro0al-kWh 81d Doamwts%laster Contract DoaunotMOM2 - Chenge Order Form REV 04-07 doe Rev. 05101 SECTION 00946 - Field Order Form Field Change No.: DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT OWNER's Project No. IRC4735 OWNER'S Bid No. 2018021 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Distribution: Field Operations Officer Others as Required: On-site Supervisor Project File * * END OF SECTION * * Date Field Order Form REV 04-07 00946-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\1 Admin\Bld DocumentsWlaster Contract Documents\00946 - Field Order Form REV 04-07.doc DATE OF ISSUANCE: SECTION 00948 - Work Change Directive EFFECTIVE DATE: No. OWNER: Indian River County CONTRACTOR: Project: IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT OWNER's Project No. IRC -1735 You are directed to proceed promptly with the following changes: Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices n Unit Prices [3 Lump Sum a Other. 0 By Change Order: Method of determining change in Contract Times 0 Contractor's Records ❑ Engineer's Records II Other J] By Change Order. Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. ACCEPTED: RECOMMENDED: APPROVED: By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date., Work Change Directive Form 00948-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Projectll-Admin\Bid DocumentsWlaster Contract Documents\00948 - Work Change Directive Rev 06-2013.doc DIVISION 1 GENERAL REQUIREMENTS 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 WORKAND 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:1Public Works\ENGINEERING DIVISION PROJECTSM35 IRC Jail Compex Roof Replacement -Repair Projechl-AdminSid DocumentsWlaster Contract Documen olVISION 1 GENERAL REQUIREMENTS.doc SECTION 01009 SPECIAL PROVISIONS 1.1 GENERAL A. The following are Special Provisions for Work at the IRC Jail Complex: 1. Contractor must successfully pass a background check prior to authorization to work on the premises. Background must reveal no active warrants or be out on bond. Criminal history will be evaluated on a case by case basis. 2. Contractor once approved, will be issued a site badge and he or she must check in with the Site Supervisor or designee at the beginning and end of each workday. 3. Contractor will complete a tool inventory at the beginning and end of each workday. Security deputy assigned to the detail for that day will verify tool inventory. Approximately 30 minutes.daily to conduct tool inventory. 4. Contractor will have no communication with incarcerated persons unless approved by security deputy. Any violation of this rule will be grounds for having site badge revoked. 5. All work will be completed during normal business hours 8 am -5 pm. A minimum of 48 hours notice must be given to Site Supervisor or designee when project work will interfere with facility operations. 6. Contractor will provide a project supervisor to be present anytime work is being completed. 7. Indian River County Sheriffs Office will have a supervisor available anytime project work is being performed. B. 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. C 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. 01009-1 01009 -Special Provisions F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\1-Admin\Bid DocumentsWaster Contract Documents\01009 - Special Provisions.doc D. 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. E. 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. F. 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. 01009-2 01009 -Special Provisions FAPubliic Works\ENGINEERING DIVISION PROJECTSk1735 IRC Jail Compex Roof Replacement -Repair Projectll-Admin0d DocumentsWlaster Contract Documents\01009 -Special Provisions.doc SECTION 01024 FORCE ACCOUNT 1.1 General . CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. The force Account is intended as a contingency for unforeseen work. 1.1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule. The value of force account work will be determined in accordance with Article 12 of the General Conditions. + + END OF SECTION + + 01024-1 F:\Public Wodm\ENGMEMMG DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement Repair Project\1-Admin\Bid DocumentsWaster Contract Documents\01024 - Force Accountdoc SECTION 01091 REFERENCE STANDARDS 1.1 GENERAL A. Whenpver 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 specked, 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 PTublic WorksXENGINEERING DIVISION PROJECTSU735 IRC Jap Compex Roof Replacement -Repair Projectll-Admin0d DocumentsWlaster Contract Documents101091- Reference Standards.doc CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District C. When no reference is made to a code, standard or specification, the standard specifications of ASTM, FDOT, or ANSI shall govern. D. In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard, the more stringent requirement prevails. +,+ END OF SECTION + + 01091-2 F-APublio WorkMENGINEERING DMSION PROJECTSN735 IRC Jab Compex Roof Replacement -Repair Projedll-Admin\Bld Documents\Nhster Conbad Documenffi101091- Reference Standards.doc . SECTION 01215 GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control' includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance: 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged -by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the, CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. . 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre -qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards. 1..4 PRODUCT DELIVERY -STORAGE -HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 01215-1 01215 General Quality Control F:1Public WorkMENGINEERING DIVISION PROJECTSM735 IRC Jail Compex Roof Replacement Repair Project\1-AdminlBid DocumentsWlaster Contract DocumentM1215 General Quality.doc SECTION 01215 GENERAL QUALITY CONTROL 1.5 PROJECT PHOTOGRAPHSNIDEOS 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 FAPubric Works\ENGINEERING DIVISION PROJECTSM35 IRC Jail Compex Roof Replacement -Repair ProjecAl-AdmIMBid DocumentsWlaster Contract Documents\01215 General Quality.doc SECTION 01220 PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings,. and prepare and distribute a transcript of proceedings to all. parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A.. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA f Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + 01220-1 01220 Progress Meetings FAPublic Works\ENGINEERING DIVISION PROJECTS11735 IRC Jail Compex Roof Replacement -Repair ProjedX1-Admin\13id DocumentsWaster Contract Documents\01220 - Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress'schedule on hand. B. Designate an authorized representative who shall be, responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1. Major changes in scope. 2. Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors. 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. 01310-1 01310 Construction Schedule PAPubliic Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\1-Admin0d DocumentsWlaster Contract Documents\01310 - Construction Schedule.doc SECTION 01310 CONSTRUCTION SCHEDULES 1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER, distribute copies of the approved initial schedule and all reviewed revisions (updated) to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. 4. OWNER (two copies). 5. ENGINEER B. In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing, any problems anticipated by the projections shown in the schedules. + + END OF SECTION + + 01310-2 01310 Construction Schedule FVublic WorksNENGINEERING DIVISION PROJECM1735 IRC Jail Compex Roof Replacement Repair Project\1-AdminZid DocumentsWaster Contract Documents101310 -Construction Schedule.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General. Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some.portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. B. Shop drawings shall. be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings. 1.3 PRODUCT DATA A. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. Product data are further defined in Article 6.17, Section 00700. B. Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C. Clearly mark catalogsheets, 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. 01340 - Submittal of Shop Drawings 01340-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\17351RC Jail Compex Roof Replacement -Repair Projedll,Admin\Bld DocumentsWaster Contract Documents\01340 - Submittal of Shop Drawings.doo SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which'are the CONTRACTORSs responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting.thern 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' 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 CONTRACTORSs 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 F:%Publie Works%ENGINEERING DIVISION PROJECTSX1735 IRC Jail Compex Roof Replacement -Repair Project%I-AdminlBid DocumentsWlaster Contract DocumentsW1340 - Submittal of Shop DraWngs.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings 01340-3 F -Tubba WorksNENGINEERING DIVISION PROJECTS%1735 IRC Jail Compex Roof Replacement -Repair Projedll-AdminTid DocumentsWlaster Contract DocumentsID1340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to Count_ E] Original Submittal ❑ ReSubmittal Project Name: IRC JAIL COMPLEX ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT Project No.: IRC -1735 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub -Contractor: Remarks: Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Refd ❑ I R C Engineering Div. ❑ - I R C Utilities Services Remarks: IRC Engineering Division Date Recd from Contractor Date Refd to -Contractor 1801 27th Street No. Copies Refd Vero Beach, Fl. 32966 Remarks: 01340 - Submittal of Shop Drawings 01340-4 FAPublic WorkMENGINEERING DIVISION PROJECTS11735 IRC Jail Compex Roof Replacement -Repair Project11-Admin\Bid Doainrents%bster Conhad Documents101340 - Submittal of Shop Dravfts.doc SECTION 01340 c1110MITTAI nF SI-Inp nRAWINGS Distribution of Copies: IRC Engineering Division Office File Field Office File 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 retumed.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 two (2) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 81 /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. NOT Approved - Resubmit I. If a submittal is acceptable, it will be marked "Approved" or "Approved as, Noted". One (1) electronic copy 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 submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with following notation, "NOT Approved - Resubmit'. L. Upon return of a submittal marked "NOT Approved - Resubmit", make the corrections indicated and repeat the initial approval procedure. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. 01$40 - Submittal of Shop Drawings 01340-5 FAPublic WorksTNGINEERING DIVISION PROJECTMI735 IRC Jail Compex Roof Replacement -Repair Projedll-Admin0d DocumentsWaster Contract Documents101340 - Submittal of Shop Drawings.do0 SECTION 01340 SUBMITTAL OF SHOP DRAWINGS M. Work shall not be performed nor equipment installed with an ENGINEER "Approved" or "Approved as Noted" Shop Drawing. N. 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 F.Tublic WorksXENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Projechi-AdminSid DocumentsWaster Contract Docurnents101340 - 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. 01520-9 FAPublic Works\ENGINEERING DIVISION PROJECTS11735 IRC Jail Compex Roof Replacement -Repair Project\1 Admin0d DocumentsWlaster Contract DocumentW1520 - Construction Facilities.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. TEMPORARY SANITARY FACILITIES 1. Provide temporary toilet facilities separate from the job office. Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. Properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\1-Admin\Bid DocumentsWlaster Contract Document 01520 - Construction Facilities.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. . CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. . 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. . D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the .CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS CONTRACTOR's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 01541-1 F:Tublic WorkMENGINEERING DIVISION PROJECTS\1735 iRC Jail Compex Roof Replacement -Repair ProjecM-Admin0d DocumentsWlaster Contract DocumenW1541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or. roots. B. Do not store or park materials or equipment within the drip line of trees that are to remain. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. ' Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the . cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work-in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. Irrigation systems partially within the right-of-way of 58"' 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 FAPublic Works\ENGINEERING DIVISION PROJECTSM735 IRC Jail Compex Roof Replacement -Repair Projechl-AdminlBid Documents\Master Contract Documents101541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adja- cent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities.. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to. repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR 01541-3 17APublic Works\ENGINEERING DIVISION. PROJECTSM35 IRC Jail Compex Roof Replacement -Repair ProjecNl-Admin\Bid DocumentsWlaster Contract Documents\01541 Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7. Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents, ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of.the General Conditions. B. Surface Structures: 1. Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface. Surface structures include, but are not limited to, buildings, tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles, wires, posts, signs, markers, curbs, walks and all other facil- ities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 01541-4 F.Wubliic Works\ENGINEERING DIVISION PROJECTSM35 IRC `Jail Compex Roof Replacement- Repair Project\1-Admin\Bid DocumentsWaster Contract Documents\01541- Protection of Property.doc SECTION 01641 PROTECTION OF THE WORK AND PROPERTY 1.6 DAMAGE TO EXISTING.STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed,. however, and it shall be this.CONTRACTOR's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities. 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B. The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing. CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + 01541-5 F:%Public Works'ENGINEERING DIVISION PROJECTSUM5 IRC Jail Compex Roof Replacement -Repair Project\1-Admin0d DocumentsWaster Contract Documents\01541 - Protection of Property.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul .roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered. truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. 01550 Access Roads 01550-1 R%Public Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail . Compex Roof Replacement -Repair Project\1-AdminUd Documents\Master Contract Documents\01550 - Access Roads.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS C. All trucks/moving equipment shall have backup warning homs in proper working order while on the job site. + + END OF SECTION + + 01550 Access Roads 01550-2 F:1Public Works\ENGINEERING DIVISION PROJECTSM35 IRC Jail Compex Roof Replacement -Repair Project\1;Admin0d DocumentsWlaster Contract Documents\01550 - Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional. compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to. avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided.. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in. the Work. F. Partial deliveries of component parts of.equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. 01610-1 FAPublic Works\ENGINEERING DIVISION PROJECTSW35 IRC Jail Compex Roof Replacement -Repair Projectll Admin0d Documents\Master Contract Documents\01610 -Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT G. Immediately on delivery, 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 orpackaging. 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:\Public Works%ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\1 Admin\Bid . DocumentsWlaster Contract Documents\01610 -Transportation and Handling of Materials and Equipment.doe I. 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 accessJor 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 specked. 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 RAPublic Works%ENGINEERING DIVISION PROJECTSX1735 IRC Jail Compex Roof Replacement -Repair Project\1-AdminOid DocumentsWlaster Contract Documents\01611 - Storage of Materlals.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 specked 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 CONTRACTORSs option, select product which is compatiblewith other.products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and. test data, and reference standards. 01630-1 01630 substitutions F:\Public WorkslENGINEERING DIVISION PROJECTSM35 IRC Jail Compex Roof Replacement -Repair Project\1-Admin\131d DocumentsWaster Contract Documents\01630 - Substitutions.doc SECTION 01630 SUBSTITUTIONS c. Samples, if appropriate. d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specked): 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 FAPublic Works\ENGINEERING DIVISION PROJECTS11735 IRC Jail Compex Roof Replacement -Repair Projectll Admin0d DocumentsWlaster Contract Documents\01630 -. Substitutions.doc . SECTION 01630 SUBSTITUTIONS 4. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment,, than the net difference in cost shall benefit the Owner and CONTRACTOR in . equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 substitutions F:1Public WorkMENGINEERING DIVISION PROJECTSM735 IRC Jail Compex Roof Replacement -Repair Projechl Adminll3id DocumentsWlaster Contract Documents101630 - Substitutions.doc SECTION 01710 SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all .rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition.at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment,and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new- appearing. ewappearing. condition. 01710 Site Cleanup 01710-1 FAPulilic WorkAENGMERING DIMION PROJEC'T'S\1735 IRC Jail Compex Roof Replacement -Repair Projectll-Admin\Bid DocumentsWaster Contract Documents\01710 - Site Cleanup.doc G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions.and recommendations at all times. 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 F.-Tublic Woft\ENGWEER.ING DIVISION PROJECCS\1735 IRC 7x7 Compex Roof Replacement Repair Projectll-Admin%id Documents%4aster Contrad Documents\01710 - Site Cleanup.doc SECTION 01770 CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1..2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1. Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. 'Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Advise Owner of changeover in heat and other utilities. 4. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 5. Complete final cleaning requirements, including touchup painting. .6. Touch up and otherwise repair and restore marred exposed finishes tc 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 F.Tublic Works\ENGMEMG DIVISION PROJECTS\1735 IRC Jait Compex Roof Replacement Repair ProjecAl-Admin0d DocamentsWaster Contract DocumentA01770- Closeout Procedures.doc Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. . Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list ,shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor Of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are . outside the limits of construction. 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 01710 She Cleanup 01770-2 F:Tublic WorksM4GINEEMG DIVISION PROJECTS\17351RC Jail Compex Roof Replacement Repair Project\I-Admin\Bid DoaunentsWaster Contract Documents\01770- Closeout Procedures.doc 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of .Substantial Completion is indicated. B. Partial Occupancy: Submit properly_ executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -1/2 -by -11 -inch (215-by-280=mm) paper. 2. Provide" heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the. product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of. each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentiallyhazardous to health or property or that might damage finished surfaces. 01710 Site Cleanup 01770-3 FAPublic Wo&\ENGINEERING DMSION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Projec A1-Admm\Bid DocnmentsWaster Coatrad Documents\01770- Closeout Procedures.doc PART 3 EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local, laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that. are neither planted nor paved to a smooth, even - textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Clean exposed exterior and interior hard -surfaced finishes to a dirt, free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering. of exterior surfaces. Restore reflective surfaces to their original condition. f. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. g. Sweep concrete floors broom clean in unoccupied spaces. h: Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. i. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision - obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. j. Remove labels that are not permanent. k. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 01710 Site Cleanup 017704. F.Tublic Works\ENGDIEERING DIVISION PROJECTS\1735 IRC Jad Compex Roof Replacement Repair Froject\1-Admin\Bid DocomentsWaster Contract Documents\01770- Closeout Procedures.doc 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. I. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. m. Replace parts subject to unusual operating conditions. n. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. o. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills.. p. Clean ducts, blowers, and coils if units were operated without filters during construction. q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned -out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures., r. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 01710 Site Cleanup 01770-5 F-Tublic WorksIENGINEERING MMION PROJECTS\1735 IRC Jail Compex Roof Replacement Repair ProjecAl-Adlum\Bid DocumentsWaster Contact Doc unents\01770- Closeout Prowdures.doc SECTION 01781 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Product Data. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures. 2. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two set(s) of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one set(s) of corrected Record Transparencies and one sets) 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. 01781 Project Record Documents 01781-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement Repair Project\I-Admm\Bid DocumentsWaster Contract Documents\01781- Project Record.Documents.doc 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 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 F:\Publtc Woft\ENGINEERING DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement -Repair Project\1-Ad10-\Bid DocumentsWaster Contract Documems\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 tc 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. 01781 Project Record Documents . 01781-3 F.Tublic Wor1s1ENGWEERING DIMION PROJEC' U735 IRC Jail Compex Roof Replacement Repair Projecr\1-Admin\Bid DocumentsWastar Contract Documents\01781- Project Record Documents.doo C. Designation "PROJECT RECORD DRAWINGS." 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 manufacturers 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 017814 - F:\PubHe WorksNENGRaMMG DIVISION PROJECTS\1735 IRC Jail Compex Roof Replacement Repair Projec 1-AdmWBid Dwanents\Mastef 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:\Public Works\ENGI WMWG DIVISION PROJECM1735 IRC Jail Compm Roof Replaoemcnt Repair Project\1-Adtnm\Bid DocumentsWaster Contract Documents\001820 - Post Final Inspection n v 05-13.doc PROJECT MANUAL FOR THE ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT AT THE INDIAN RIVER COUNTY JAIL COMPLEX JANUARY 4, 2018 PREPARED FOR: VERO BEACH, FLORIDA PREPARED BY: I■o\ ■mo■ )AY AMMON ARCHITECT, INC. 3246 LAKEVIEW OAKS DRIVE • LONGWOOD, FLORIDA 32779 • FAX (407) 333-4686 • OFFICE (407) 333-1977 ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 000001 JANUARY 4, 2018 TABLE OF CONTENTS INDEX TO PROJECT MANUAL THE CONTRACTOR IS REQUIRED TO COMPARE THIS PROJECT MANUAL WITH THE INDEX BELOW FOR COMPLETENESS. IF ANY PAGES ARE MISSING OR ILLEGIBLE IT IS THEIR RESPONSIBILITY TO REQUEST REPLACEMENTS FROM THE ARCHITECT. DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS SECTION 00001 TABLE OF CONTENTS SECTION 00002 DRAWING LIST SECTION 00005 A/E'S OF RESPONSIBILITY DIVISION 1 - GENERAL REQUIREMENTS (See Volume 1 Project Manual for Owner Provided Division 1 Requirements) DIVISION 2 - SITE WORK SECTION 024119 SELECTIVE DEMOLITION DIVISION 3 — CONCRETE SECTION 035216 LIGHTWEIGHT CONCRETE DIVISION 4 - MASONRY — NOT USED DIVISION 5 - NOT USED DIVISION 6 — WOOD AND PLASTICS SECTION 061000 ROUGH CARPENTRY DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 075216 MODIFIED BITUMINOUS MEMBRANE ROOFING SECTION 075610 FLUID APPLIED WATERPROOFING OVER MEMBRANE ROOFING SECTION 075620 GUTTER WATERPROOFING SECTION 076200 SHEET METAL FLASHING AND TRIM SECTION 077100 ROOF SPECIALTIES - COPINGS SECTION 079200 JOINT SEALANTS DIVISION 8 -,32 - Not Used ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY— JAIL COMPLEX SECTION 000005 JANUARY 4, 2018 A/E'S OF RESPONSIBILITY ARCHITECT OF RECORD: JAY AMMON AIA Company: Jay Ammon Architect, Inc. Telephone No: 407-333-1977 LANDSCAPE ARCHITECT OF RECORD: N/A Company: Telephone No: STRUCTURAL ENGINEER OF RECORD: N/A Company: Telephone No: CIVIL ENGINEER OF RECORD: N/A Company: Telephone No: MECHANICAL ENGINEER OF RECORD: N/A Company: Telephone No: ELECTRICAL ENGINEER OF RECORD: N/A Company: Telephone No: AM&CS ENGINEER OF RECORD: N/A Company: Telephone No: PROJECT MANAGER: Andy Sobczak Company: Indian River County — Infrastructure Project Manager Telephone No: 772-226-1931 END OF SECTION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY — JAIL COMPLEX JANUARY 4, 2018 SECTION 024119 - SELECTIVE DEMOLITION r PART 1 - GENERAL PAGE 1 SECTION 024119 SELECTIVE DEMOLITION 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. 2. Salvage of existing items to be reused or recycled. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. ' D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 INFORMATIONAL SUBMITTALS A. Pre -demolition Photographs or Video:, Submit before Work begins. 1.4 CLOSEOUT SUBMITTALS A. Landfill Records: 'Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.5 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. k ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 024119 JANUARY 4, 2018 SELECTIVE DEMOLITION C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: Hazardous materials are present in buildings and structures to be selectively demolished. A report on the presence of hazardous materials is attached at the end of this section. Examine report to become aware of locations where hazardous materials are present. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 -PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. D. Engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs or preconstruction videotapes. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 024119 JANUARY 4, 2018 SELECTIVE DEMOLITION 3.2 UTILITY SERVICES AND MECHANICAUELECTRICAL SYSTEMS A. Existing .Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. Comply with requirements for existing services/systems interruptions specified in the Division 1 Documents. B. Existing Services/Systems to Be Removed, Relocated, or. Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are'required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. -Disconnect, demolish,, and remove fire -suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. c.. Equipment to Be Removed: . Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store ,equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris - removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access.and protection specified in Owner provided Division 1 documents., B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 024119 JANUARY 4, 2018 SELECTIVE DEMOLITION construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of,flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame -cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 5. Dispose of demolished items and materials promptly. B. Removed and Reinstalled Items:. 1. Clean and repair items to functional condition adequate for intended reuse. 2. Protect items from damage during transport and storage. 3. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished. materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 024119 JANUARY 4, 2018 SELECTIVE DEMOLITION 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not bum demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 035216 JANUARY 4, 2018 LIGHTWEIGHT CONCRETE SECTION 035216 -.LIGHTWEIGHT INSULATING CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. , Cast -in-place cellular foam lightweight insulating concrete. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site.. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For lightweight insulating concrete. 1. Include plans, sections, and details showing roof slopes, thicknesses, and embedded insulation board. 2. Indicate locations of penetrations, perimeter terminations and curbs, control and expansion joints, and drains. C. Design Mixtures: For each lightweight insulating concrete mixture. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and testing agency. B. Product Certificates: For the following: 1. Cementitious materials. 2. Lightweight aggregates. 3. Foaming agents. 4. Admixtures. 5. Molded -polystyrene insulation board. C. Evaluation Reports: For lightweight insulating concrete, from ICC -ES. 1 ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT . PAGE 2 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 035216 JANUARY 4, 2018 LIGHTWEIGHT CONCRETE D. Field quality -control reports. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. . B. NRDCA. Installer Qualifications: A firm that has been evaluated by UL and found to comply with requirements of NRDCA's Lightweight Insulating Concrete Roof Deck Contractors Accreditation Program. C. Testing Agency Qualifications: Qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. 1.7 FIELD CONDITIONS A. Do not place lightweight insulating concrete unless ambient temperature is at least 40 deg F (4.4 deg C) and rising. 1. When air temperature has fallen or is expected to fall below 40 deg F (4.4 deg C), heat water to a maximum 120 deg F (49 deg C) before mixing so lightweight insulating concrete, at point of placement, reaches a temperature of 50 deg F (10 deg C) minimum and 80 deg F (27 deg C) maximum. B. Do not place lightweight insulating concrete during rain or snow or on surfaces covered with standing water. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire -Resistance Ratings: Comply with ASTM E 119; testing by a• qualified testing agency. 1. Indicate design designations from UL's "Fire Resistance Directory" or from the listings of another qualified testing agency. B. FM Global Listing: Lightweight insulating concrete along with other roofing components shall comply with requirements in FM Global 4454 as part of a roof assembly, and shall be listed in FM .Global's "RoofNav" for Class 1 or noncombustible construction, as applicable. 2.2. CELLULAR LIGHTWEIGHT INSULATING CONCRETE A. Produce cellular lightweight insulating concrete with the following minimum physical properties using cementitious materials, air -producing liquid -foaming agents complying ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 035216 JANUARY 4, 2018 LIGHTWEIGHT CONCRETE with ASTM C 869/C 869M, and the minimum amount of water necessary' to produce a workable mix: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Celcore Incorporated. b. Elastizell Corporation of America. C. Siplast, Inc. 2. As -Cast Unit Weight: 34 to 42 Ib/cu. ft. (545 to 673 kg/cu. m) at point of placement, when tested according to ASTM C 138/C 138M. 3. Oven -Dry Unit Weight: 26 to 32 Ib/cu. ft. (416 to 513 kg/cu. m), when tested according'to ASTM C 495. 4. Compressive Strength: Minimum 190 psi (1310 kPa), when tested according to ASTM C 495. 5. As -Cast Unit Weight: 40 to 48 Ib/cu. ft. (641 to 770 kg/cu. m) at point of placement, when tested according to ASTM C 138/C 138M. 6. Oven -Dry Unit Weight: 32 to 40 Ib/cu. ft. (513 to 641 kg/cu. m), when tested according to ASTM C 495. T. Compressive Strength: Minimum 250 psi (1723 kPa), when tested according to ASTM C 495. 2.3 MATERIALS A. Cementitious Material: Portland cement, ASTM C 150/C 150M, Type I, Type II, Type III. B. Water: Clean, potable. C. Joint Filler: ASTM C 612, Class 2, glass -fiber type; compressing to one-half thickness under a load of 25 psi (172 kPa). D. Steel Wire Mesh: Cold -drawn steel wire, galvanized, 0.041 -inch (1.04 -mm) diameter, woven into 2 -inch (50 -mm) hexagonal mesh, and reinforced with a longitudinal 0.062- inch- (1.57 -mm-) diameter wire spaced 3 inches (75 mm) apart. E. Galvanized Plain -Steel Welded Wire Reinforcement: ASTM A 185/A 185M, 2 by 2 inches (50 by 50 mm), W0.5 by W0.5, fabricated from galvanized -steel wire into flat sheets. F. Molded -Polystyrene Insulation Board: ASTM C 578, Type I, 0.90-Ib/cu. ft. (14.4- kg/cu. m) minimum density. - 1 ensity. 1. Provide units with manufacturer's standard keying slots or holes of 3 to 4 percent of board's gross surface area. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 035216 JANUARY 4, 2018 LIGHTWEIGHT CONCRETE 2.4 DESIGN MIXTURES A. Prepare design mixtures for each type and strength of lightweight insulating concrete by laboratory trial batch method or by field-test data method. For trial batch method, .use a qualified independent testing agency for preparing and reporting proposed mixture designs. 1. Limit use of fly ash to not exceed 25 percent of portland cement by weight. B. Limit water-soluble chloride ions to the maximum percentage by weight of cement -or cementitious material permitted by ACI 301 (ACI 301 M). PART 3 - EXECUTION 3.1 PREPARATION A: Control Joints: Install control joints at perimeter of roof deck and at junctures with vertical surfaces, including curbs, walls, and vents, for full depth of lightweight insulating concrete. Fill control joints with joint filler. 1. Provide 1 -inch- (25 -mm-) wide control joints for roof dimensions up to 100 feet' (30 m) in length; 1-1/2-inch7 (38 -mm-) wide control joints for roof dimensions exceeding 100 feet (30 m). B. Wire Mesh: Place steel wire mesh with longest dimension perpendicular to steel deck ribs. Cut mesh to fit around roof openings and projections. Terminate mesh at control joint's. Lap sides and ends of mesh at least 6 inches (150 mm). C. Welded Wire Reinforcement: Place steel welded dimension perpendicular to steel deck ' ribs. Cut openings and projections. Terminate reinforcement ends of reinforcement at least 6 inches (150 mm). 3.2 MIXING AND PLACING wire reinforcement with longest reinforcement to fit around roof at control joints. Lap sides and A. Mix and place lightweight insulating concrete according to manufacturer's written instructions, using equipment and procedures to avoid segregation of mixture and loss of air content. B. Install insulation board according to lightweight insulating concrete manufacturer's written instructions., Place insulation board in wet, lightweight insulating concrete slurry poured a minimum of 1/8 inch (3 mm) over the structural substrate. Ensure full contact of insulation board with slurry. Stagger joints and tightly butt insulation boards. Allow slurry coat to set prior to placing remaining thickness of lightweight insulating concrete. 1. Install insulation board in a stair -step configuration with a maximum step-down of 1 inch (25 mm). ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 035216 JANUARY 4, 2018 LIGHTWEIGHT CONCRETE C. Deposit and screed lightweight insulating concrete in a continuous operation until an entire panel or section of roof area is completed. Do not vibrate or work mix except for screeding or floating. Place to depths and slopes indicated. D. Finish top surface smooth, free 'of ridges and depressions, and maintain surface in condition to receive subsequent roofing system. E. Begin curing operations immediately after placement, and air cure for not less than three days, according to manufacturer's written instructions. F. If ambient temperature falls below 32 deg F (0 deg C), protect lightweight insulating concrete from freezing and maintain temperature recommended by manufacturer for 72 hours after placement. 3.3 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing /agency to sample materials and perform tests and inspections. B. Testing of samples of lightweight insulating concrete obtained according to ASTM C 172/C 172M, except as modified by ASTM C 495, shall be performed according to the following requirements: 1. Determine as -cast unit weight during each hour of placement, according to ASTM C 138/C 138M. 2. . Determine oven -dry unit weight and compressive strength according to ASTM C 495. Make a set of at least six molds for each day's placement, but not less than one set of molds for each 5000 sq. ft. (465 sq. m) of roof area. 3. Perform additional tests when test results indicate that as -cast unit weight, oven - dry unit weight, compressive strength, or other requirements have not been met. a. Retest cast -in-place lightweight insulating concrete for oven -dry unit weight and compressive strength. C. Prepare test and inspection reports. END OF SECTION 035216 ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY — JAIL COMPLEX JANUARY 4, 2018 SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wood blocking and nailers. 2. . Plywood 1.2 ACTION SUBMITTALS PAGE 1 SECTION 061000 ROUGH CARPENTRY A. Product Data: For each type of process and factory -fabricated product. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements 1.3 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply . with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. B. Evaluation Reports: For the following, from ICC -ES: 1. Wood -preservative -treated wood. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules - writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. B. Maximum Moisture Content of Lumber: 15 percent for 2 -inch nominal (38 -mm actual) thickness or less, 19 percent for more than 2 -inch nominal (38 -mm actual) thickness. unless otherwise indicated. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 061000 JANUARY 4, 2018 ROUGH CARPENTRY 2.2 WOOD -PRESERVATIVE -TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category, UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals:. Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat all rough carpentry unless otherwise indicated. E. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. F. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species. G. For concealed boards, provide lumber with 15 percent maximum moisture content and ' any of the following species and grades: 1. Mixed southern pine; No. 2 grade; SPIB. 2. Eastern softwoods; No. 2 Common grade; NeLMA. 3. Northern species; No. 2 Common grade; NLGA. 4.. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. 2.3 PLYWOOD A. Equipment Backing Panels: Plywood, DOC PS 1, Exterior, A -C in thickness indicated or, if not indicated. Match existing thickness. 2.4 FASTENERS A. General: Provide fasteners of size and type indicated. 1. Where rough carpentry is exposed to weather, in ground contact, pressure - preservative treated, or in area of high relative humidity, provide fasteners of Type 304 stainless steel. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 061000 JANUARY 4, 2018 ROUGH CARPENTRY B. Power -Driven Fasteners: NES NER-272. C. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate hailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not splice structural members between supports unless otherwise indicated.. C. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative - treated lumber. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1, INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING SECTION 075216 - MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1 - GENERAL 1A SECTION INCLUDES A. SBS -modified bituminous membrane roofing. B. Base sheet. 1.2 RELATED SECTIONS A. ' Division 03 Section "Lightweight Insulating Concrete" for lightweight insulating concrete. B. Division 06 Section "Miscellaneous Rough Carpentry" for wood nailers, cants, curbs, and blocking. C. Division 07 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings, flashings, and counterflashings. 1.3 REFERENCES A. Roofing Terminology: Refer to the following publications for definitions of roofing work related terms in this Section: 1. ASTM D 1079 "Terminology Relating to Roofing and Waterproofing." 2. Glossary of NRCA"s "The NRCA Roofing and Waterproofing Manual." 3. Roof Consultants Institute "Glossary of Roofing Terms." B. Sheet Metal Terminology and Techniques: SMACNA "Architectural Sheet Metal Manual." 1.4 DESIGN CRITERIA A. General: .Installed roofing membrane system shall remain watertight; and resist specified wind uplift pressures, thermally induced movement, and exposure to weather without failure. B. Material Compatibility:. Roofing materials shall be compatible with one another under conditions of service and application required, as demonstrated by roofing system manufacturer based on testing and field experience. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 . MODIFIED BITUMINOUS MEMBRANE ROOFING C. Installer must comply with current code requirements based on authority having jurisdiction. D. Wind Uplift Performance: Roofing system shall be identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist wind uplift pressure calculated in accordance with ASCE 7-10. E. Florida Product Approval: Roofing membrane, base flashings, and component materials shall comply with requirements in Florida Building Code as part of a roofing system and that is listed in Florida Department of Business & Professional Regulation's Product Approval for noncombustible construction, as applicable: 1. Base bifid roofing system shall, at minimum, comply with FBC FL# 2948-R11:. a. Report: J8230.03.08 -R11 b.- System #: LWC-71 2. Preliminary roof membrane for base bid shall, at minimum, comply with FBC FL# 2948-R11: a. Report: J8230.03.08 -R11 b. System #: LWC-56 1.5 SUBMITTALS A. Product Data: Manufacturer's data sheets for each product to be provided. B. Detail Drawings: Provide roofing system plans, elevations, sections, details, and details attachment to other Work, including: 1. Base flashings, cants, and membrane terminations. 2. Tapered insulation, including slopes. 3. Crickets, saddles, and tapered edge strips, including slopes. 4. Insulation fastening patterns. C. Verification Samples: Provide for each product specified. D. Maintenance Data: Refer to Johns Manville's .latest published documents on www.JM.com. E. Guarantees: Special guarantees specified in this Section. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified firm that is, approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive the specified manufacturer's guarantee. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING B. Manufacturer Qualifications: A qualified manufacturer that has UL listing and Florida Product Approval for roofing system identical to that used for this Project.. C. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ASTM E329. D. Test Reports: 1. Roof drain and leader test or submit plumber's verification. 2. Roof deck fastener pullout test. E. Moisture Survey: 1. Submit prior to installation, results of a non-destructive moisture test. of roof system completed by approved third party. Utilize one of the approved methods: a. Infrared Thermography F. Source Limitations: Obtain all components from the single. source roofing system manufacturer guaranteeing the roofing system. All products used in the system shall be labeled by the single source roofing manufacturer issuing the guarantee. G. Provide evidence of CERTA training for any installer of torch -applied modified bitumen membrane. Copies of certifications are required prior to award and must be maintained on the jobsite for inspection at any time. H. Fire -Test -Response Characteristics: Provide roofing materials with the fire -test - response characteristics indicated as determined by testing identical products per test method below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Materials shall be identified with appropriate markings of applicable testing and inspecting agency. 1. Exterior Fire -Test. Exposure: Class A; slopes indicated.. 2. Fire -Resistance Ratings: ASTM E 119, of which roofing system is a part. 1.7 DELIVERY, STORAGE, AND HANDLING ASTM E 108, for application and roof for fire -resistance -rated roof assemblies A. Deliver roofing materials in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, and directions for storage. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING D. Handle and store roofing materials and place equipment in a manner to. avoid permanent deflection of deck. 1.8 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when current and forecasted weather conditions permit roofing system to be installed in accordance with manufacturer's written instructions and guarantee requirements. 1.9 GUARANTEE A. Provide manufacturer's system guarantee equal to Johns Manville's Peak Advantage No Dollar Limit Roofing System Guarantee. 1. Single -Source special guarantee includes roofing membrane, flashings, roofing membrane accessories, fasteners, base sheet, walkway products, manufacturer's expansion joints, manufacturers edge metal products, and other single -source components of roofing system marketed by the manufacturer. 2. Guarantee Period: 20 years from date of Substantial Completion. B. Installer's Guarantee: Submit roofing Installer's guarantee, signed by . Installer, covering Work of this Section, including all components of roofing system, for the following guarantee period: 1. Guarantee Period: Two"Years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Johns Manville (Basis of Design) B. Soprema C. Siplast 2.2 SBS -MODIFIED ASPHALT -SHEET MATERIALS A. Roofing Base. Ply Sheet: [ASTM D. 6164, Grade S, Type I, polyester -reinforced, SBS - modified asphalt sheet; smooth surfaced; suitable for application method specified. Basis of Design: DynaWeld 180 S B. Roofing Membrane Cap Sheet: [ASTM D 6164, Grade G, Type II,polyester- reinforced], SBS -modified asphalt sheet; granule surfaced; suitable for application method specified. Basis of Design: DynaWeld Cap 250 FR ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING 2.3 BASE FLASHING SHEET MATERIALS - SBS A. Backer Sheet: ASTM D 6164, Grade S, Type I, polyester -reinforced SBS -modified asphalt sheet; smooth surfaced; suitable for application method specified. Basis of Design: DynaWeld 180 S B. Flashing Sheet: [ASTM D 6164, Grade G, Type II, polyester -reinforced], SBS -modified asphalt sheet; granule surfaced; suitable for application method specified. Basis of Design: DynaWeld Cap 250 FR C. Liquid Applied Flashing: A liquid and fabric ,reinforced flashing system created with a stitchbonded polyester scrim and a two -component, moisture cured, elastomeric, liquid applied flashing material, consisting of an asphalt extended urethane base material and an activator. Basis of Design: PermaFlash System 2.4 AUXILIARY ROOFING MEMBRANE -.BITUMINOUS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with built-up roofing. B. Asphalt Primer: ASTM D 41. Basis of Design: Asphalt Primer C. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required by roofing system manufacturer for application. Basis of Design: MBR Utility Cement D. Mastic Sealant: As required by Johns Manville. E. Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions in FMG 4470, designed for fastening roofing membrane components to substrate, tested by manufacturer for required pullout strength, and provided by the roofing system manufacturer. Basis of Design: UltraFast Fasteners and Plates F. Roofing Granules: Ceramic -coated roofing granules matching specified cap sheet, provided by roofing system manufacturer. G. Miscellaneous Accessories: Provide miscellaneous accessories recommended by roofing system manufacturer. 2.5 AUXILIARY ROOFING SYSTEM COMPONENTS A. Coping System: Manufacturer's factory fabricated coping consisting of a base piece and a snap -on cap. Provide product manufactured and marketed by single -source membrane supplier that is included in the No Dollar Limit guarantee. Basis of Design: Presto -Lock Coping B. Fascia System: Manufacturer's factory fabricated fascia consisting of a base piece and a snap -on cover. Provide product manufactured and marketed by single -source ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 6 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING membrane supplier that is included in the No Dollar Limit guarantee.. Basis of Design: Presto-Tite Fascia C. Metal Flashing Sheet: Metal flashing sheet is specified in Division 07 Section "Sheet Metal Flashing and Trim." 2.6 WALKWAYS A. Walkway Pads: Mineral -granule -surfaced, reinforced modified asphalt composition, slip -resisting pads, manufactured as a traffic pad for foot traffic provided by roofing system manufacturer, with a pad size of 32 inch x 32 inch. Basis of Design: Johns Manville DynaTred 2.7 ROOF INSULATION A. Lightweight insulating concrete in accordance with Section 035216 — Lightweight Insulating Concrete. B. General: Preformed roof insulation boards that comply with requirements and referenced standards, selected from manufacturer's standard sizes and. of thicknesses indicated. 2.8 INSULATION ACCESSORIES A. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatible with membrane roofing. B. Provide factory preformed saddles, crickets, tapered edge strips, and other insulation shapes .where indicated for sloping to drain. Fabricate to slopes indicated. Basis of Design: Tapered ENRGY 3 C. Insulation Cant Strips: ASTM C 728, perlite insulation board. Basis of Design: FesCant'Plus D. Wood Nailer Strips: Comply with requirements in Division 06 Section "Rough Carpentry." 2.9 BASE -SHEET MATERIALS A. Base Sheet: [ASTM D 6163, Grade S, Type I, glass -fiber -reinforced] SBS -modified asphalt sheet; smooth surfaced; suitable for application method specified. Basis of. Design: DynaBase B. Base -Sheet Fasteners: Tube, disk and locking staple design, factory -coated steel fasteners and Galvalume metal battens meeting corrosion -resistance provisions in FMG 4470, designed for fastening base -sheet to substrate, tested by manufacturer for . ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 7 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING required pullout strength, and provided by the roofing system manufacturer. Product: Ultral-ok Locking Impact Fastener and Plate PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions for compliance with the requirements affecting performance of roofing system. 1. General: a. Verify that roof openings and penetrations are in place and set and braced and that roof drains are securely clamped in place. b. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 2. Lightweight Concrete Decks: a. Verify that lightweight concrete substrate is visibly dry and free of moisture according to manufacturers approved method. b. Verify that lightweight concrete has ability to provide minimum base sheet fastener pull-out. resistance. 1) Provide documentation of pull out resistance values using manufacturer's approved procedures. 2) Ensure general rigidity and proper slope for drainage. 3. Verify that deck is securely fastened with no projecting fasteners and with no adjacent units in excess of 1/16 inch (1.6 mm) out of plane relative to adjoining deck. B. Unacceptable panels should be brought to the attention of the General Contractor and Project Owner's Representative and must be corrected prior to installation of roofing system. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean and remove from substrate sharp projections, dust, debris, moisture, and other substances detrimental to roofing installation in accordance with roofing system manufacturer's written instructions. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. C. If applicable, prime substrate with asphalt primer at a rate recommended by roofing manufacturer and allow primer to dry. D. Proceed with installation only after unsatisfactory conditions have been corrected. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 8 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075216 JANUARY 4,2018 MODIFIED BITUMINOUS MEMBRANE ROOFING 3.3 RECOVER PREPARATION A. Prepare existing roof according to roofing system .manufacturers written instructions, applicable recommendations of the roofing manufacturer, and requirements in this Section. B. Tear out all base flashings, counterflashings, pitch pans, pipe flashings, vents and like components necessary for application of new membrane. C. Remove existing membrane per manufacturer's written instructions. D. Remove and replace wet, deteriorated or damaged roof insulation and decking as identified in moisture survey. E. Remove abandoned equipment curbs, skylights, smoke hatches, and penetrations. Install decking to match existing as directed by Owners Representative. F. Raise, (disconnect by licensed craftsmen, if necessary) all HVAC units and other equipment supported by curbs to conform with the following: 1. Modify curbs as required to provide a minimum 8" base flashing height measured from the surface of the new membrane to the top of the flashing membrane. 2. Secure top of flashing and install new metal counterflashing prior to re -installation of unit. 3. Perimeter nailers must be elevated to match elevation of new roof insulation. G. Immediately remove all debris from roof surface. Demolished roof system may not be stored on the roof surface. H. Proceed with installation only after unsatisfactory conditions have been corrected. 3.4 , BASE -SHEET INSTALLATION A. Install one lapped base sheet course and mechanically fasten to substrate according to roofing system manufacturers written instructions. 1. Enhance fastening rate in perimeter and comer zones according to code or manufacturer, whichever is more stringent. B. Comply with roofing system manufacturers written instructions for installing roof insulation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.5 ROOFING MEMBRANE INSTALLATION, GENERAL A. Install roofing membrane in accordance with roofing system manufacturers written instructions, applicable recommendations of the roofing manufacturer and requirements in this Section. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 9 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING B. Start installation of roofing membrane in presence of roofing system manufacturer's technical personnel. C. Where roof slope exceeds 1/2 inch per 12 inches (1:24, contact the membrane manufacturer for installation instructions regarding installation direction and backnailing D. Cooperate with testing and inspecting agencies engaged or required to perform services for installing roofing system. E. Coordinate installing roofing system so insulation and other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is imminent. 1. Provide tie -offs at end of each day's work to cover exposed roofing membrane sheets and insulation with a course of coated felt set in roofing cement or hot roofing asphalt with joints and edges sealed. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system. 3. Remove and discard temporary seals before beginning work on adjoining roofing. F. Substrate -Joint Penetrations: Prevent roofing asphalt from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. G. Proceed with installation only after unsatisfactory conditions have been corrected. 3.6 SBS -MODIFIED BITUMINOUS MEMBRANE INSTALLATION A. Install one modified bituminous roofing membrane ply sheet and cap sheet according to roofing .manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, installing as follows: 1. Torch apply to substrate according to roofing system manufacturer's instruction. 2. Unroll roofing membrane sheets and allow them to relax for minimum time period required by manufacturer. B. Laps: Accurately align roofing membrane sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids. 1. Repair tears and voids in laps and lapped seams not completely sealed. 2. Apply roofing granules to cover exuded bead at laps while bead is hot. C. Install roofing membrane sheets so side and end laps shed water D. . Proceed with installation only after unsatisfactory conditions have been corrected. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 10 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING 3.7 FLASHING AND STRIPPING INSTALLATION A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: 1. Prime substrates with asphalt primer if required by roofing system manufacturer. 2. Backer Sheet Application: Install backer sheet and torch apply substrate as required by roofing system manufacturer. 3. Flashing Sheet Application: Torch apply flashing sheet to substrate as required by roofing system manufacturer. B. Extend base flashing up walls or parapets a minimum of 8 inches (200 mm) above .roofing membrane and 4 inches (100 mm) onto field of roofing membrane. C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing. 1. Seal top termination of base flashing with a strip of glass -fiber fabric set in MBR Flashing cement. D. Roof Drains: Flash drain using PermaFlash system. Clamp roofing membrane, flashing, and stripping into roof -drain clamping ring. 1. Install stripping according to roofing system manufacturer's written instructions. E. Flash all penetrations using PermaFlash system. F. Proceed with installation only after unsatisfactory conditions have been corrected. 3.8 WALKWAY INSTALLATION A. Walkway Pads: Install walkway pads using units of size indicated or, if not indicated, of manufacturer's standard size according to walkway pad manufacturer's written instructions. B. Walkway Cap Sheet Strips: Install roofing membrane walkway cap sheet strips over roofing membrane by torch application. C. Roof -Paver Walkways: Install walkway roof pavers according to manufacturer's written instructions in locations indicated, to form, walkways. Leave 3 inches (75 mm) of space between adjacent roof pavers. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.9 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform roof tests and inspections and to prepare test reports. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 11 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075216 JANUARY 4, 2018 MODIFIED BITUMINOUS MEMBRANE ROOFING B. Final Roof Inspection: 'Arrange for roofing system manufacturer's Registered Roof Observer (RRO) to inspect roofing installation on completion and submit report to Architect. C. Repair or remove and replace components of roofing system where test results or inspections. indicate that they do not comply with specified requirements. D. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.10 PROTECTION AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period. B. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 075216 ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY —JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING — OVER MEMBRANE ROOFING PART 1 —GENERAL 1.1 DESCRIPTION OF EXISTING SUBSTRATES A. This specification is intended to outline the requirements for application of the Hydrostop PremiumCoat System, in conjunction with the appropriate product technical data sheets, over approved roof substrates in acceptable condition. Specific addenda address each surface at the end of this guide specification. 1.2 DESCRIPTION OF LIQUID -APPLIED ROOFING SYSTEM A. The Liquid -Applied System consists of a polyester -reinforced elastomeric acrylic system specifically designed for roofing installation. The system is 1) Approved by FM (Factory Mutual) according to the complete Standard 4470 for Class 1 Roof Constructions; 2) Classified and subjected to follow-up by UL (Underwriters Laboratories); 3) Accepted by Miami -Dade County; and 4) Manufactured in accordance with ISO 9001:2008 & 14001:2004 regulations. 1.3 SECTION INCLUDES A. Liquid -Applied flexible acrylic waterproofing system for use over new or existing roofing. Work shall include the preparation of the roof surface, flashing, detailing, application of the roof system, and cleanup. 1.4 RELATED WORK A. Contractor shall review all sections of the project specifications to determine items of work that will interface with the application of this roofing system. Compliance with applicable building codes shall be assured by the specifier or project engineer, while coordination and execution of related sections shall be the responsibility of the approved contractor. 1.5 REFERENCES A. NRCA Roofing. and Waterproofing Manual B. Factory Mutual RoofNav Directory C. Underwriters Laboratories Building Materials Directory D. Miami -Dade County Product Control Section, Board and Code Administration E. ASTM D5034-09(2013) Breaking Strength and Elongation of Textile Fabrics F. ASTM D3787-07(2011) Bursting Strength of Textiles G. ASTM D1117-01 Guide for Evaluating Nonwoven Fabric H. ASTM D1777-96(2011) Thickness of Textile Materials . I. ASTM B117-11 Standard Practice for Operating Salt Spray (Fog) Apparatus J. ASTM G29-96(2010) Test Methods for Algae Resistance K. ASTM E108-11 Test Method for Fire Tests of Roof Coverings L. ASTM D1653-13 Water Vapor Transmission of Organic Coating Films M. ASTM G155-13 Practice for Operating Xenon Arc Light Apparatus for Exposure of Non -Metallic Materials ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING - OVER MEMBRANE ROOFING N. ASTM D412 -06a (2013) Tensile Properties of Vulcanized Rubber & Thermoplastic Elastomers O. ASTM D6083 -05e1 Standard Specification for Liquid Applied Acrylic Coating P. ASTM C1549-09 Determination of Solar Reflectance at Near Ambient Temperature Using a Portable Solar Reflectometer Q. ASTM C1371 -04a (2010)e1 Determination of Emittance of Materials at Near Room Temperature Using Portable Emissometers R. FM 4470 Standard for Class 1 Spread of Flame, Windstorm Pressure, Windstorm .Pull, Hail Damage, Resistance to Foot Traffic, and Susceptibility to Leakage 1.6 REVIEW/ SUBMITTALS A. Shop Drawings: Submit a scale drawing illustrating layout of joint reinforcing and all flashing details. A. Product Data: Provide manufacturer's published technical literature, SDS, and warranty on products that make up the roofing system, including coatings, reinforcing fabrics, flashing materials, roof drains, fasteners, etc. B. Installation Instructions: Submit all data sheets available from the manufacturer, on the installation of the roofing system applicable to the project. C. Submit manufacturer's Certificates of Compliance or Analysis that all products meet or exceed project requirements. If required, Contractor to supply samples or mockup. D. Applicator is responsible for submitting proof of appropriate GAF Certified Contractor Status. E. Prior to bid, all project specifications, details, and submittals shall be reviewed by manufacturer for pre -approval and to comply with warranty requirements. Successful bidder should initiate warranty pre -inspection process before commencing work. 1.7 QUALIFICATIONS A. Contractor Qualifications: The Applicator of the specified roofing material shall be a Certified Contractor designated by GAF. The Applicator shall provide a certified contractor letter from the roofing system manufacturer verifying the Contractor's status, level, and ability to furnish the specified warranty type and term. B. Manufacturer Qualifications: Manufacturer shall have a minimum twenty (20) years manufacturing experience in the roof coating industry. 1.8 QUALITY CONTROL A. Codes and Standards: The contractor shall become thoroughly familiar with all codes, regulations and standards governing the specified work. Any contradiction between the manufacturer's requirements and these specifications shall be brought to the attention of the manufacturer and the specifier or project engineer. B. Deviations: There shall not.be any deviations from these specifications unless the deviation is submitted in writing to the specifier/project engineer. Any request for deviation must be approved in writing from the roofing manufacturer's technical department delineating the details of the deviation. C. Training and Documentation: The Contractor is responsible for ensuring a trained foreman is on site during the installation of any GAF / Hydrostop® products. A daily log of application ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING - OVER MEMBRANE ROOFING activities and environmental conditions should be maintained and available on-site with copies of technical data/application instructions & SDS. D. Technical Inspections: The Manufacturer may require Technical Inspections based on .warranty types and terms. These inspections include, but not limited to, pre -construction, interim, and final inspections. Consult GAF Technical Services or a GAF Technical Sales Representative to confirm inspection requirements. 1.9 DELIVERY, STORAGE & HANDLING A. Deliver materials to jobsite in manufacturer's unopened and undamaged containers bearing the following information: 1. Name and Address of Manufacturer 2. Identification of Contents — Including Product Code 3. Net Volume of Contents 4. Lot or Batch Number 5. VOC Content 6. Storage Temperature Limits 7. Shelf Life and Expiration Date 8. Mixing Instructions and Proportions of Contents 9. Safety Information and Instructions B. Store and protect materials from damage and weather in accordance with manufacturer's published instructions. C. Ambient temperatures should range between .50 and 90'F (10 to 320C). Keep out of direct sunlight. D. Place stored material containers on pallets and cover with tarpaulin tied to bottom of pallets. 1.10 ENVIRONMENTAL REQUIREMENTS A. Do not apply if ambient temperatures are expected to fall below. 50°F (10°C), or if rain or heavy dew is anticipated before liquid coating component has cured. 1.11 WARRANTIES AND ELIGIBILITY A. Contractor to furnish GAF Warranty or Guarantee in accordance with project specifications. Contractor shall follow written application process in accordance with manufacturer's warranty program. B. GAF Liquid -Applied Diamond Pledge NDL Guarantee . 1. GAF Premium Coating Systems Contractors Only — 20 Years C. Installers Warranty: 1. Contractor is responsible for the initial two years of the labor and material portion of the warranty. PART 2 —PRODUCTS 2.1 MANUFACTURUER A. Basis of Design - GAF - 1 Campus Drive Parsippany, New Jersey 07054, 1-973-628-3000, www.gaf.com. B. Soprema - System meeting basis of design. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075610' JANUARY 4, 2018 FLUID APPLIED WATERPROOFING - OVER MEMBRANE ROOFING C. Siplast - System meeting basis of -design. 2.2 MEMBRANE COMPLIND MATERIAL A. Waterproofing Material: PremiumCoat@ System: three stage, fabric -reinforced, flexible acrylic coating, fluid -applied in successive steps to form a continuous, seamless, watertight membrane; 39 to 60 mils (1,143 to 1,524 micron) minimum cured total system thickness, comprised of the following: 1. Foundation and Saturation Coats: PremiumCoatO FoundationCoat (highly flexible, water- based, 100% pure acrylic polymer resin coatings). 2. Fabric: PremiumCoat@ Fabric (polyester, non -woven, stitch -bonded and heat -set fabric). 3. FinishCoat: PremiumCoat@ FinishCoat (ultraviolet light-resistant blend of highly flexible, water-based, 100% pure acrylic polymer resin coating). Color as selected from manufacturer's standard color chart. B., Reinforcing Fabric: PremiumCoat@ Fabric shall be non -woven, 100% polyester, stitch bonded, heat -set fabric with the following characteristics: Weight: . 3 oz. / per square yard (102 grams/m2) Tensile Strength. MD: 124 lbs. (56 kg) ASTM D5034 CD: 77 lbs. (35 kg) Elongation @ Break MD: 26% ASTM D5034 CD: 64% Ball Burst 109 lbs: (49 kg) ASTM D3787 Trapezoid MD: 17 lbs. (7.7 kg) ASTM D1117 CD: 20 lbs. (9.1 kg) Thickness 0.018 inches (0.457 mm) ASTM D1777 ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING — OVER MEMBRANE ROOFING C. Cured Membrane Characteristics ASTM D-6083 Material Properties Property Method PremiumCoatO' PremiumCoat'�` Krebs Viscosity D-562 130 123 Brookfield 6 rpm Viscosity D-2196 66,400 34;000 Volume Solids D-2697 52 52 Weight Solids D-1644 66 66 Tensile D-2370 207 173 Elongation D-2370 306 323 Elongation, Post 1,000 hrs D-2370 148 122 Xenon Tear Resistance - D-624 93 82 Accelerated Weathering @ D-4798 Pass, no change Pass, no change 1,000 hrs Low Temp Flex, Post 1,000 D-522 Pass -150F Pass -150F hrs Xenon Water Swelling 7 days D-471 9.2 7.8 Permeance wet cu D-1653 3.9 4.9 Wet Adhesion D-903 8.7 7.3 Fungi Resistance G-21 0 ratinq 0 ratin MembraneProperties Property Method • - •. o System Wind Driven Rain TT -C-55513/136904 Pass 0.0 lbs weight gain Elongation of Membrane ASTM D4798 (G155) and MD: 36% @ 8000 hrs weathering 40 mils DFT D2370 CD: 41 % @ 8000 hrs weathering Tensile Strength of ASTM D4798 (G155) and MD: 65lbs/in-width @ 8000 hrs membrane D2370 weathering 40 mils DFT CD: 69lbs/in-width @ 8000 hrs Tensile strength of ASTM D-412 2210 PSI (13,789 kPa) membrane 40 mils DFT Water vapor permeability ASTM E-96 3-5 perms; a Class III vapor 40 mils DFT retarder Cured Weight Generic 0.33 lbs per ftz 56.8 oz. per m2 Salt Spray ASTM B-117 No effects AI ae Resistance: ASTM G-29 1 0 ratin i IBC Code Approval Properties Property IBC Test Rating A2LA/ANSl Approved Exterior Fire ASTM Class A up to 4712° slope File R26758 and FM E108/UL790 RoofNav Interior Fire FM 4470 Class 1 FM RoofNav Calorimeter Wind FM 4470/4474 and Concrete: 6,089 (psf). FM RoofNav TAS 114 D&J and LWIC: 4,621 (psf) Dade County NOAs TAS 125 Polyisocyanurate: 1,189 s ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 6 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING - OVER MEMBRANE ROOFING 2.3 ACCESSORIES A. BarrierGuard: Polymer modified cementitious slurry to fill cracks, voids, or low depressions on various substrates or embedded in PremiumCoat® Fabric as below grade waterproofing. B. Butter Grade: Single package, high solids acrylic, elastomeric sealant. C. HydroFiber: _Bulking material used in conjunction with PremiumCoatOFoundationCoat or Butter Grade. D. HydroCaps: Fabric reinforcement for sealing metal fasteners. E. StableRust Primer: Water-based, surfactant -free primer used on direct -to -metal applications to stabilize and protect metal surfaces. F. CleanAct Primer: Water-based cleaner used in EPDM surface preparation. G. SureBond Primer: Water-based acrylic primer for sealing masonry, , metal, and chalky surfaces. H. Unibase Primer: Penetrating adhesive/primer for saturating fabric and adhering coating. I. GAF TPO Red Primer: VOC-compliant, solvent -based thermoplastic liquid to be applied to TPO to promote adhesion of water-based coatings. Smooth BUR: 2,261 (psf) Granulated Cap Sheet: 1,753 s Impact/Durability FM 4470 Foot Pass FM RoofNav Traffic Leakage FM 4470 ASTM Pass a free standing FM RoofNav Report D7281 membrane J.1.3000150 Hail FM 4470 Hail Pass -Severe FM RoofNav Weathering ASTM D4798 40 mil system: Pass, PRI -CMT HSI -012-02- (G155) and D2370 maintained, over 90% 01 tensile strength after 8,000 hrs ASTM Xenon-Acr. ASTM Material ASTM D-6083 Pass PRI -CMT Properties Solar Reflectance 79% initial, 70% Pass_ all standards CRRC/UL aged Thermal Emittance 0.9 initial and aged Pass all standards CRRC/UL SRI Index 99 initial, 86 aged Pass all standards CRRC/UL Safety Generic ISO 14001:2004 ANSI/PJR Quality Generic ISO 9001:2008 ANSI /PJR 2.3 ACCESSORIES A. BarrierGuard: Polymer modified cementitious slurry to fill cracks, voids, or low depressions on various substrates or embedded in PremiumCoat® Fabric as below grade waterproofing. B. Butter Grade: Single package, high solids acrylic, elastomeric sealant. C. HydroFiber: _Bulking material used in conjunction with PremiumCoatOFoundationCoat or Butter Grade. D. HydroCaps: Fabric reinforcement for sealing metal fasteners. E. StableRust Primer: Water-based, surfactant -free primer used on direct -to -metal applications to stabilize and protect metal surfaces. F. CleanAct Primer: Water-based cleaner used in EPDM surface preparation. G. SureBond Primer: Water-based acrylic primer for sealing masonry, , metal, and chalky surfaces. H. Unibase Primer: Penetrating adhesive/primer for saturating fabric and adhering coating. I. GAF TPO Red Primer: VOC-compliant, solvent -based thermoplastic liquid to be applied to TPO to promote adhesion of water-based coatings. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 7 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING - OVER MEMBRANE ROOFING J. TrafficCoat: Durable wear coating to provide additional abrasion resistance and color selection. K. UCC - United Cleaning Concentrate: Non -Toxic cleaner for use on existing elastomeric roof . coatings metal surfaces, concrete and masonry substrates, as well as uncoated roof, deck and wall surfaces. L. GAF Epoxy Primer: . Use to penetrate and seal porous substrates and to improve the adhesion of high performance topcoats. M. FlexSeal Sealant: Use as a leveler at. existing roof surfaces requiring build-up for positive slope. PART 3 - EXECUTION 3.1 EXAMINATION A. When applying a Liquid -Applied Roofing System as a recover over an existing roofing system, GAF requires investigation of moisture in the existing system through various Moisture Survey. methods. See Substrate Preparation Guide for Liquid Applied Roofing Systems for requirements. B. Verify that substrate surfaces are durable, free of frozen matter, dampness, loose particles, cracks, pits, projections, and/or foreign matter detrimental to adhesion or application of waterproofing system. C. Verify that substrate surfaces are smooth and not detrimental to full contact bond of waterproofing materials. Perform test patches to verify substrate suitability to receive the HydroStop PremiumCoat System. Field test methods are outlined in the GAF Substrate Preparation Guide for Liquid -Applied Roofing Systems. D. Verify items that penetrate surfaces to receive waterproofing are securely installed and suitably flashed. E. Verify that substrate areas are adequately supported and firmly fastened in place. F. Verify that roof deck has a minimum slope of '/4:12. G. Verify that roof does not have areas of ponding water. H. Verify that all contiguous walls are properly waterproofed. 3.2 PREPARATION A. Protect adjacent surfaces not designated to receive waterproofing. B. Inspect and make all necessary repairs to substrate. Remove and replace wet substrates and insulation, if applicable. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 8 INDIAN RIVER COUNTY- JAIL COMPLEX SECTION 075610 JANUARY 4; 2018 FLUID APPLIED WATERPROOFING — OVER MEMBRANE ROOFING C. At a minimum, clean and prepare surfaces to receive waterproofing by removing all dirt, dust, loose and flaking particles, grease and debris with the use of a stiff bristle push broom. Apply United Cleaning Concentrate and rinse per manufacturer's instructions. Care should be taken not to inject water into the substrate during the preparation phase. Allow adequate time for complete drying after the cleaning process. D. Substrates with heavy contamination of grease, oils, dirt, etc. may require supplemental cleaning methods. Contact a GAF Technical Services or Technical Sales Representative for additional information. E. At a minimum, seal cracks and joints with Butter Grade and PremiumCoat Fabric. Repair additional substrate conditions per approved GAF details. Contact a GAF Technical Services or Technical Sales Representative for additional information. F. Refer to GAF Substrate Preparation Guide for Liquid Applied Roofing Systems for detailed substrate preparation procedures by individual substrate. G. Do not apply' waterproofing to surfaces unacceptable to manufacturer, or under inclement environmental conditions. 3.3 APPLICATION A. Preparation and Priming by Substrate: 1. Asphaltic Membranes (Smooth BUR / APP / SBS) a. Verify Adhesion per Section 3.1.C. and prepare substrate per Section 3.2 of this Specification. b. Prime new asphaltic surfaces with UniBase Primer at a rate of .5 -1.0 gallon per square (2-4.1 U10 m2) using a roof brush, roller, or airless sprayer. Coverage rate will vary by substrate porosity. For aged asphaltic surfaces, Unibase Primer is recommended to promote adhesion and enhance bleed -blocking. B. PremiumCoat® FoundationCoat & Fabric Components — This procedure consists of one coat of PremiumCoat® FoundationCoat ("FoundationCoat") applied to the substrate at the rate of 1.25 to 2.0 gallons / square. HydroStop PremiumCoatO Fabric ("Fabric") (sizes vary) laid into the wet FoundationCoat, and a second coat of FoundationCoat immediately applied over the top at the rate of of 1.25 to 2.0 gallons / square (5.1-8.2 U10 m2) to saturate the Fabric. FoundationCoat is applied at a total rate of 2.5 to 4.0 gallons / square (10.2 — 16.3 U10 m2), depending on the texture and porosity of the substrate. FoundationCoat should only be applied using approved roof brushes. Rolling and/or 'spraying FoundationCoat is strictly prohibited. Total Dry Film Thickness of FoundationCoat & Fabric Components is a minimum 27 mils. 1. Roof Perimeter- Using 12" (305 mm) Fabric and FoundationCoat components (described above), waterproof entire roof perimeter. Continue waterproofing up vertical surfaces and onto.the deck a minimum of 6" (151 mm) in each direction. 2. Roof Penetrations- Using 12" (305 mm) Fabric and FoundationCoat components (described above), seal any items projecting through waterproofing material to render them watertight. Extend waterproofing vertically up penetrations a minimum of 6" (151 mm). 3. Roof Field — Using 40" (1016 mm) Fabric and FoundationCoat components (as described above), reinforce the entire roof field. Overlap adjacent runs of Fabric a minimum of 4" (102 mm). ROOFING REPLACEMENT,. RECOVER AND REPAIR PROJECT PAGE 9 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING - OVER MEMBRANE ROOFING C. PremiumCoatO Finish Coat Component: 1. Apply PremiumCoat® FinishCoat in multi -directional passes. Apply each coat perpendicularly to the previous coat. 2.. When applying PremiumCoat® FinishCoat in 3 or more coats on a single project, or to promote faster dry times of individual coats, alternate colors of PremiumCoatO FinishCoat may be applied. 3. Precautions: a. PremiumCoatO FinishCoat should not be applied at rates exceeding 1.5 gallons / square ( 6.1 L/10 m2) in a single coat. b. Atmospheric conditions may require application rates of less than 1.5 gallons /square (6.1 L/10 m2) per coat to allow for reasonable cure times, as well as preventing "cracking" of the FinishCoat. c. The installing contractor is responsible for adjusting application rates and number of coats installed based on conditions such. as ambient temperature, relative humidity, and future weather forecasting as they relate to a specific application of the PremiumCoatO system. D. System Options for NDL Warranty and Guarantee Coverage: 20 -Year Option — Apply a minimum of 2 coats of PremiumCoat® FinishCoat ("FinishCoat") at a total finished rate of 3.0 gallons / square (12.2 L/10 m2). Allow to dry between coats. Total Dry Film Thickness of FinishCoat Component is 25 mils. Completed PremiumCoat® System must be installed to.a minimum 52 mil total cured thickness. Modify application rates as required to achieve 20 year NDL warranty requirments. 3.4 PROTECTION OF FINISHED WORK A. Monitor finished system for seven days, sweeping off any birdbaths to allow for full cure. 3.5 CLEANING A. Immediately clean surfaces not scheduled to receive waterproofing in accordance with manufacturer's instructions. END OF SECTION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 10 INDIAN RIVER COUNTY — JAIL COMPLEX. SECTION 075610 JANUARY 4, 2018 FLUID APPLIED WATERPROOFING — OVER MEMBRANE ROOFING ADDENDUM 1 — Existing Membranes (BUR / APP / SBS / EPDM / Hypalon / PVC / TPO) End of Addendum ROOFING REPLACEMENT; RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075620 JANUARY 4, 2018 GUTTER WATERPROOFING PART 1 GENERAL 1.01 SUMMARY A. This section specifies all labor, materials, transportation, equipment and services necessary to. install a Sikalastic® RoofPro (Decothane®) waterproofing system, in the existing metal gutter. B. Related Sections 1. Section 076200: Flashing and Sheet Metal 1.02 REFERENCES A. Factory Mutual (FM Global) - Approval Guide B. American Society for Testing and Materials (ASTM) - Annual Book of ASTM Standards C. -National Roofing Contractors Association (NRCA) D. American Society of Civil Engineers (ASCE) 1.03 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 and the glossary of the National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual for definitions of roofing terms related to this section. 1.04 PERFORMANCE REQUIREMENTS A. Provide an installed roofing membrane that does not permit the passage of water, and will withstand the design pressures calculated in .accordance with the most current revision of ASCE 7. B. Manufacturer shall provide all primary waterproofing materials that are physically and chemically compatible when installed in accordance with manufacturers current application requirements. 1.05 SUBMITTALS A. Provide product data sheets for each type of product indicated in this section. B1 Provide manufacturers standard details and approved shop drawings for the specified system. :ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075620 JANUARY 4, 2018 GUTTER WATERPROOFING C. � Installer shall provide written documentation from the manufacturer of their authorization to install the system, and eligibility to obtain the warranty specified in this section. D. Certification showing full time quality control of production facilities and that each batch of material is tested to ensure conformance with the manufacturer's published physical properties. E. Certification that the waterproofing membrane meets FM Global Approval Standard 4470 for Class I roof covers, on non-combustible substrates, with a Class 1-990 wind uplift rating, a hail rating of SH and is ASTM E-108-00 Class A approved at a slope of 1 in 12. F. Manufacturer's certification that all waterproofing system products meet current Volatile Organic Compund (VOC) regulations as established by the State in which they are being installed; and stating total VOC content, .in grams per 'litre, for all system components (i.e. primers, adhesives, coatings, etc.). 1.06 QUALITY ASSURANCE A. Manufacturer's Qualifications: Manufacturer shall demonstrate qualifications to supply materials of this section by certifying the following: . 1. Membrane Manufacturer must show evidence that the specified membrane has been manufactured by the same organization or direct affiliate for fifteen (15) years. 2. Membrane Manufacturer shall have available an in-house technical staff to assist the contractor, when -necessary, in application of the products and final inspection of the assembly. B. Installer's Qualifications: The Contractor shall demonstrate qualifications to perform the work of this Section by submitting the following documentation: 1. . Certification or license by the waterproofing membrane manufacturer as an authorized applicator of the product the installer intends to use. C. Source Limitations: All components listed in this section shall be provided by a single manufacturer or approved by the primary waterproofing manufacturer. D. Final Inspection 1. Manufacturers representative shall provide a comprehensive final inspection after completion of the waterproofing system. All application errors must be addressed and final punch list completed. 1.07 PRE -INSTALLATION CONFERENCE A. Prior to scheduled commencement of the waterproofing installation and associated work, conduct a meeting at the project site with the installer, architect, owner, manufacturer's representative and any other persons directly involved with the ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075620 JANUARY 4, 2018 GUTTER WATERPROOFING performance of the work. The installer shall record conference discussions to include decisions and agreements reached (or disagreements), and furnish copies of recorded discussions to each attending party. The main purpose of this meeting is to review foreseeable methods and procedures related to waterproofing work. 1.08 REGULATORY REQUIREMENTS A. ` All work shall be performed in a safe, professional manner, conforming to all federal, state and local codes. B. All waterproofing system components shall meet current VOC regulations .as established by the State in which they are being installed; and stating total VOC content, in grams. per litre, for all system components (i.e. primers, adhesives, coatings, etc.) ` 1.09 DELIVERY, STORAGE AND HANDLING A. Deliver all waterproofing materials to the site in original containers, with factory seals intact. B. Store all pail goods in their original undamaged containers in a clean, dry location within their specified temperature range. C. Do not expose materials to moisture in any form before, during, or after delivery to the site. Reject delivery of materials that show evidence of contact with moisture. - D. Remove manufacturer supplied plastic covers from materials provided with such. Use "breathable" type covers such as canvas tarpaulins to allow venting and protection from weather and moisture. Cover and protect materials at the end of each work day. Do not remove any protective tarpaulins until immediately before the material will be installed. E. . Materials shall be stored above 55°F (12.6°C) a minimum of 24 hours prior to application. 1.10 PROJECT CONDITIONS A. Weather 1. Proceed with waterproofing only when existing and forecasted weather conditions permit. 2. Membrane application can proceed when precipitation is imminent. Sikalastic RoofPro (Decothane) is capable of curing, in immersion, immediately after application. Physical damage, in the form of pock marks, may occur if uncured Sikalastic RoofPro (Decothane) is exposed to heavy rainfall, but is not considered a limiting factor in the performance of the roofing membrane. .3. Ambient temperatures should be above 32°F (0°C) when applying the system. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075620 JANUARY 4, 2018 GUTTER WATERPROOFING B. All surfaces to receive the membrane shall be free from visible water, dew, frost, snow and ice. C. Application of membrane should be conducted in well ventilated areas. D. Over its service life, do not expose membrane to a constant temperature below - 140°F (-40°C) or in excess of 140°F (60°C) (i.e., hot pipes and vents or direct steam venting, etc.). E. Sikalastic RoofPro (Decothane) is non-flammable and VOC compliant. Consult container or packaging labels and Material Safety Data Sheets (MSDS) for specific safety information. F. Sikalastic RoofPro (Decothane) is resistant to gasoline, paraffin, fuel oil, mineral spirits, and moderate solutions of acids and alkalis, acid rain and detergents. Some low molecular weight alcohols can soften. Any exposure to foreign materials or chemical discharges must. be presented to membrane manufacturer for evaluation to determine any impact on the waterproof membrane assembly performance prior to warranty issuance. G. Contractor shall ensure adequate protection during installation of the waterproofing system. Sikalastic RoofPro (Decothane) may be applied to properly prepared concrete decks, at a wet film thickness of 15-20 mils, for use as a temporary waterproofing barrier. Sikalastic RoofPro (Decothane) applied as a temporary waterproofing membrane does not have to be removed prior to installation of the specified waterproofing system. 1.11 WARRANTY A. Warranties 1. Watertightness Warranties; includes labor and material. Duration 10 Years. PART PRODUCTS 2.01 MANUFACTURERS A. Sika Coporation - Basis of Design 201 Polito Avenue Lyndhurst, NJ 07071 Phone: 800-933-7452 Fax: 201-922-6225 www.sikaconstruction.com ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY - JAIL COMPLEX JANUARY 4, 2018 B. Soprema C.. Siplast 2.02 SEALANTS and PRIMERS PAGE 5 SECTION 075620 GUTTER WATERPROOFING A. A two -component, cyclo -aliphatic, amine cured material with a high level of corrosion resistance for metal, Sikalastic Metal Primer (Epoxy Primer). B. One part polyurethane sealant suitable for sealing reglet terminations, cracks and providing a suitable transition between the waterproofing system and roof penetrations prior to the installation of the membrane system. Meets or exceeds ASTM C-920-87, Type S, Grade NS, Class 25, S1kaflex® la, or equal as approved by membrane manufacturer. 2.03 FLUID APPLIED MEMBRANE MATERIALS A. A conformable, random woven fiberglass mat for total reinforcement of the roofing membrane system, which provides greater impact resistance and greater resistance to excessive thermal and structural movement while maintaining elasticity and membrane film integrity, Sika Reemat. B. A nylon mesh for local reinforcement of the roofing membrane at structural cracks, expansion joints, and transitions between dissimilar materials, Sika Flexitape Heavy. C. A single component, cold, fluid applied, moisture .triggered, aliphatic; polyurethane meeting the following physical properties and ASTM D7311-07: Standard Specification for Liquid Applied, Single Component, Moisture -Triggered, Aliphatic Polyurethanes used in Roofing, Sikalastic 601 BC and Sikalastic 621 TC (Decothane EC and Decothane SP). LIQUID PROPERTY REQUIREMENTS EQt IR MEI -5 1.. 0 � . VISCOSITY D2196 5 to 20 Pa.s (pascal. seconds) VOLUME SOLIDS D2697 76% minimum WEIGHT SOLIDS D1644 83% minimum SAG RESISTANCE D4400 No sag at 700 micrometers 0.028 in. / 28 mil FILM PHYSICAL PROPERTY REQUIREMENTS '1 t 'N OE.RTIS�: AST1lI RE EDIT k� TENSILE STRENGTH TENSION D412 MIN 1.86 MPa 270lb/int ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY - JAIL COMPLEX JANUARY 4, 2018 PAGE 6 SECTION 075620 GUTTER WATERPROOFING ELONGATION D412 MIN 200% ACCELERATED WEATHERING G154 NO CRACKING OR FL/UV — 5000 HOURS CHECKING WATER VAPOR TRANSMISSION E96 MAXIMUM 8.5 gms/m2/ day PERMEABILITY / PERMEANCE 0.033 erm-inches FLEXIBILITY — D522 PASS MANDREL BEND NO. CRACKING OR FLAKING TEAR RESISTANCE D624 MINIMUM 5.8 kN/m 33 Ibf/in INDENTATION HARDNESS D2240 82 Durometer Units (+/- 5 units DYNAMIC PUNCTURE D5635 MINIMUM 15 joules (357 RESISTANCE ft. oundaIs STATIC PUNCTURE D5602 MINIMUM 20.7 kg. (45.5 lbs.) RESISTANCE 2.04 FLASHING MATERIALS A. The fluid -applied membrane system is seamless and self -flashing. No special flashings are required for system installation. PART 3 EXECUTION 3.01 � INSPECTION A. Verify that the surfaces and site conditions are. ready to receive work. B. Verify.that the deck is supported and secured C. Verify that the deck is clean. and smooth, free of depressions, waves, or projections, and properly sloped to drains, valleys, eaves, scuppers or gutters. D. Verify that the deck surfaces are dry and free of ice or snow. E. Verify that all roof openings or penetrations through the roof are solidly set. 3.02 SUBSTRATE PREPARATION A. Throughly clean all gutter surfaces. 3.03. INSTALLATION - GENERAL A. Install Sikalastic .RoofPro (Decothane) waterproofing system according to all current application requirements in addition to those listed in this section. 3.04 FLUID APPLIED MEMBRANE APPLICATION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 7 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075620 JANUARY 4, 2018 GUTTER WATERPROOFING A. Surface Preparation: 1. Metal a) All exposed metal surfaces to be coated must be cleaned by power tool cleaning (SSPC .SP -3) to remove all corrosion deposits back to a clean, bright metal, followed by a solvent wipe prior to application of specified primer: b) Fill any gaps or voids at the juncture of the gutter penetrations with a single component polyurethane sealant, and allow to cure per manufacturer's instructions prior to overcoating with the waterproofing system. B. Priming Metal a) Apply Sikalastic Metal Primer (Epoxy Primer) to previously prepared metal and drain bowls by brush, roller or airless spray at a rate of 200-250 SF/gallon, to achieve an overall wet film thickness of 6-8 mils. High porosity and roughness of the substrate will decrease coverage rates. b) Allow to cure and dry in accordance with manufacturer's instructions. C. Local Reinforcement (Cracks, Gutter Joints, and Dissimilar Material Transitions) 1. Apply a minimum 1" bond break at repaired cracks, gutter joints, and transitions between .dissimilar materials, prior to applying the specified membrane system. Bond break should be installed centered over each joint or crack. 2. Follow by applying a local stripe coat of polyurethane resin at a width a minimum of 1" wider than the reinforcement, and while wet, insert nylon tape reinforcement into the wet membrane and backroll to fully embedment adding additional material as needed. 3. Ensure that local reinforcing mesh is not in tension during embedment. D. Membrane Application The following Sikalastic RoofPro (Decothane) system is specified for this project. Please note, these tables specify the warranted roofing system components and do not include additional optional anti-skid or decorative finishes which may be specified. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY = JAIL COMPLEX JANUARY 4, 2018 PAGE 8 SECTION 075620 GUTTER WATERPROOFING f i 94 G ,i01 wg"pra- NOR Sikalastic 621 TC (Decothane 20 70-75 SP *Note: Coverage. rates include a reasonable amount of wastage. Rough and textured substrates can significantly affect coverage rates. 1. The base embedrhent coat shall be applied to all horizontal and vertical surfaces by 1/2" - 3/4„ nap roller, brush or airless spray to achieve minimum wet film thicknesses as specified above. 2. While the base embedment coat is still wet, immediately lay precut lengths of conformable reinforcing scrim (Sika Reemat) into the wet base embedment coat, and using a short nap roller with the appropriate roller frame and handle, roll the scrim to force the wet coating up through the scrim to achieve full saturation and embedment. Add additional material, if necessary, to ensure that the mesh is fully saturated and fully conformed to the substrate without any visible pinholes. 3. Minimum. overlap of the reinforcement mesh shall be 2" in all directions. Reinforcement shall turn up all adjacent wall surfaces, etc., until the termination point is accomplished according to the project details and specifications. Membrane terminations should be finalized prior to project start-up and documented in shop drawings, but in general, terminations should occur in raked out mortar joints, saw cut terminations, and where feasible, under installed counter -flashing materials. Tape lines should always be used to achieve a straight and professional looking edge detail. 4. Allow the base embedment coat to cure and dry prior to the next application procedure. 5. . Apply top coat by nap roller, brush or airless spray to achieve minimum wet film thicknesses, as specified in table above. 6. Allow the top coat to cure and dry prior to the next application procedure. 3.05 WATER TEST A. Water test.the gutter by means of ponded water to the gutter depth for a period of 4 hours to check the integrity of the membrane installation. B. Verify that the structure can support the deadload weight of a water test before testing. C. If leaks should occur, the water must be drained completely and the membrane installation repaired. The repaired area should then be retested per the procedures specified in section A above. 3.06 ROOF PROTECTION A. Protect all partially and fully completed waterproofing work from other trades until completion. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 9 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 075620 JANUARY 4, 2018 GUTTER WATERPROOFING B. Whenever possible, stage materials in such a manner that foot traffic is minimized over completed roof areas. C. When it is not possible to stage materials away from locations where partial or complete installation has taken place, temporary walkways and platforms . shall be installed in order to protect all completed roof areas from traffic and point loading during the application process. D. Temporary tie-ins shall be installed at the end of each workday and removed r prior to commencement of work the following day. 3.07 CLEAN-UP A. All work areas are to be kept clean, clear and free of debris at all times. B. Do not allow trash, waste, or debris to collect on the roof. These items shall be removed from the roof on a daily basis. C. All tools and unused materials must be collected at the end of each workday and stored properly off of the finished roof surface and protected from exposure to the elements. D. Dispose of or recycle all trash and excess material in a manner conforming to current EPA regulations and local laws. E. Properly clean the finished roof surface after completion, and make sure the drains and gutters are not clogged. F. Clean and restore all damaged surfaces to their original condition. END OF SECTION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following sheet metal flashing and trim: 1. Formed steep -slope roof flashing and trim. B. Related Sections include the following: 1. Division 6 Section 061000 "Rough. Carpentry" for wood nailers; and wood battens. 2. Division 7 Section 079200 "Joint Sealants" for field -applied sheet metal flashing and trim sealants. 1.3 PERFORMANCE REQUIREMENTS A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Fabricate and install roof edge flashing capable of resisting the following forces according to recommendations in FMG Loss Prevention Data Sheet 1-49: C. Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing. buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of sheet metal and. trim thermal movements. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120. deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. D. Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY— JAIL COMPLEX SECTION 076200 JANUARY 4, 2018. SHEET METAL FLASHING AND TRIM 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show layouts of sheet metal flashing and trim, including plans and elevations. Distinguish between shop- and field -assembled work. Include the following: 1. Identify material, thickness, weight, and finish for each item and location in Project. 2. Details for forming sheet metal flashing and trim, including profiles, shapes; seams, and dimensions. 3. Details for fastening, joining, supporting, and anchoring sheet metal flashing and trim,. including fasteners, clips, cleats, and attachments to adjoining work. 4. Details of expansion -joint covers, including showing direction of expansion and contraction. C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Sheet Metal Flashing: 12 inches (300 mm) long closures, and other attachments. 2. Trim: 12 inches (300 mm) long. Include accessories. 3. Accessories: Full-size Sample. 1.5 QUALITY ASSURANCE Include fasteners, cleats, clips, fasteners and other exposed A. Sheet Metal' Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are indicated. B. Mockups: Build ground level mockups to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of typical roof eave fascia, fascia trim, apron flashing, approximately 60 inches long, including supporting construction cleats, seams, attachments, underlayment, and accessories. 2. Approval of mockups is for other material and construction qualities specifically approved by Architect in writing. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 076200 ' JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM C. Preinstallation Conference: . Conduct conference at' Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1. Meet with Owner, Architect, Owner's insurer if applicable, Installer, and installers whose work interfaces with or affects sheet metal flashing and trim including installers of roofing materials, roof accessories, unit skylights, and roof -mounted equipment. 2. Review methods and procedures related to sheet metal flashing and trim. 3. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 4. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload, store, and install sheet metal flashing materials .and fabrications in a manner to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with suitable weathertight and ventilated covering. Do not store sheet metal flashing and trim materials in' contact with other materials that might cause staining, denting, or other surface damage. 1.7 COORDINATION A. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof, secure, and noncorrosive installation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: . 1. Products: Subject to compliance with requirements, provide one of the products specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY— JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM 2.2 SHEET'METALS . A. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth surface. 1. Exposed Coil -Coated Finish: a. Three -Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Color: Match Existing. 3. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime. coat and wash coat with minimum total dry film thickness of 0.5 mil (0.013 mm). 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation. B. Fasteners: Stainless steel self -tapping screws, designed to withstand design loads. 1. Screws for Aluminum Sheet: Series 300 stainless steel. 2. Exposed Fasteners: Heads matching color of sheet metal by means of plastic caps or factory -applied coating. 3. Fasteners for Flashing and Trim: Self -drilling screws, gasketed, with hex washer head. C. Solder for Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. D. Solder for Lead: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. E. Burning Rod for Lead: Same composition as lead sheet. F. Sealing Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealing tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape. G. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM H. Butyl Sealant: ASTM C 1311, single -component, solvent -release butyl rubber sealant, polyisobutylene plasticized, heavy bodied for hooked -type expansion joints with limited movement. Bituminous Coating: Cold -applied asphalt mastic, SSPC-Paint 12, compounded for 15 - mil (0.4 -mm) dry film thickness per coat. Provide inert -type non -corrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. J. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. K. Undedayment: Grace Ultra. 2.4 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Shop fabricate items where practicable. Obtain field measurements for accurate fit before shop fabrication. B. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. C. Fabricate sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 1. Seams: Fabricate nonmoving seams in accessories with flat -lock seams. Tin edges to be seamed, form seams, and solder. D. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA recommendations. E. Expansion Provisions: Where lapped or bayonet-type expansion provisions in the Work cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. F. Conceal fasteners and expansion provisions where possible on exposed -to -view sheet metal flashing and trim, unless otherwise indicated. G. Fabricate cleats and attachment devices from 20 ga. Stainless steel. 1. Thickness: As recommended by SMACNA's "Architectural Sheet Metal Manual" and FMG Loss Prevention Data Sheet 1-49 for application but not less than thickness of metal being secured. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 6 INDIAN RIVER COUNTY- JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM 2.5 LOW SLOPE ROOF SHEET METAL FABRICATIONS A. Downspout: Fabricate from the following material: 1. Aluminum: .040" thick. B. Downspout Strap: Fabricate from the following material: 1. Aluminum: .063" thick. C. Gutter: Fabricate from the following material: 1. Aluminum: .040" thick." D.. Metal Cleat: Fabricate from the following material: 1. Aluminum: .050" thick. E. Metal Closure Flashing: Fabricate from the following material: 1. Aluminum: .063" thick. F. Metal Counterflashing: Fabricate from the following material: 1. Aluminum: .040" thick. G. Metal Reciver Flashing: Fabricate from the following material: 1. Aluminum: .040" thick. H. One Piece Transition Flashing: Fabricate from the following material: 1. Aluminum: .063" thick. I. Overflow Scupper Insert: Fabricate from the following material: 1. Aluminum: .063" thick. J. Pipe Penetration Flashing: Fabricate from the following material: 1. Aluminum: .063" thick. K. SkirtFlashing: Fabricate from the following material: 1. Aluminum: .040" thick. L. Termination Bar: Fabricate from the following material: 1. Stainless Steel: Continuous 1/8" thick X1" with pre -punched holes. M. Wall Expansion Joint Cover: Fabricate from the following material: 1. Aluminum: .040" thick. N. Wind Clip: Fabricate from the following material: 1. Aluminum: .040" thick. O. Expansion Joint Cover: Fabricate from the following material: 1. Aluminum: .040" thick. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 7 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM 2.6 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range, of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of work.. 1. Verify that substrate is sound, securely anchored. 2. Proceed with installation only corrected. 3.2 INSTALLATION, GENERAL dry, smooth, clean, ,sloped for drainage, and after unsatisfactory conditions have been A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, .protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. 1. Coat side of sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 8 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of Grace "Ultra" underlayment. 3. Bed flanges in thick coat of asphalt roofing cement where required for waterproof performance. C. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. D. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and butyl sealant. E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. F. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. G. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1-1/4 inches (32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws. 1. Stainless Steel: Use stainless-steel fasteners. H. Seal joints with butyl sealant as required for watertight construction. 1. Where sealant -filled joints are used, .embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement either way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant -type joints at temperatures below 40 deg F (4 deg C). 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." 3.3 ROOF FLASHING INSTALLATION A. General: Install sheet metal roof flashing and trim to comply with performance requirements and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight. B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in FMG Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 9 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 076200 JANUARY 4, 2018 SHEET METAL FLASHING AND TRIM 1. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate at 8 -inch centers. C. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches (100 mm) over base flashing. Lap counterflashing joints a minimum of 4 inches (100 mm) and bed with butyl sealant. D. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with- installation ith installation of roofing and other items penetrating roof. Install flashing as follows: 1. Tum stainless steel vent flashing down a minimum of 2" inside vent piping, being careful not to block vent piping with flashing. 2. Seal with butyl sealant and clamp flashing to pipes penetrating roof except for lead flashing on vent piping. 3.4 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall -opening components such as windows, doors, and louvers. 3.5 MISCELLANEOUS FLASHING INSTALLATION A. Equipment :Support Flashing: Coordinate installation of equipment support flashing with installation of roofing .and equipment. Weld or seal flashing with butyl sealant to equipment support member. 3.6 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 1 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES - METAL COPINGS SECTION 0771007 ROOF SPECIALTIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions, of the Contract, including General and, Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Copings. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for wood nailers, curbs, and blocking. 2. Section 076200 "Sheet Metal Flashing and Trim" for custom- and site -fabricated sheet metal flashing and trim._ 3. Section 079200 "Joint Sealants" for field -applied sealants between roof specialties and adjacent materials. C. Preinstallation Conference: Conduct conference at Project site. 1. Meet with Owner,. Architect, Owner's insurer if applicable, roofing -system testing and inspecting agency representative, roofing Installer, roofing -system manufacturer's representative, Installer, structural -support Installer, and installers whose work interfaces with or affects roof specialties, including installers of roofing materials and accessories. 2. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 3. Review special roof details, roof drainage, and condition of other construction that will affect roof specialties. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For roof specialties. 1. Include plans, elevations, expansion joint locations, keyed details, and attachments to other work. Distinguish between plant- and field -assembled work. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY — JAIL COMPLEX ` SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES — METAL COPINGS 2. Include details for expansion and contraction; locations of expansion joints, including direction of expansion and contraction. 3. Indicate profile and pattern of seams and layout of fasteners, cleats, clips, and other attachments. 4. Detail termination points and assemblies, including fixed points. 5. Include details of special conditions. C. Samples: For each type of roof specialty and for each color and texture specified. D. Samples for Initial Selection: For each type of roof specialty indicated with factory - applied color finishes. E. Samples for -Verification: 1. Include Samples .of each type of roof specialty to verify finish and color selection, in manufacturer's standard sizes. 2. Include copings roof -edge specialties roof -edge drainage systems reglets and counterflashings made from 12 -inch (300 -mm) lengths of full-size components in specified material, and including fasteners, cover joints, accessories, and attachments. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. B. Product Certificates: For each type of roof specialty. C. Product Test Reports: For copings and roof -edge flashings, for tests performed by a qualified testing agency. D. Sample. Warranty: For manufacturer's special warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing specialties to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer offering products meeting requirements that are FM Approvals listed for specified class and SPRI ES -1 tested to specified design pressure. B. Source Limitations: Obtain roof specialties approved by manufacturer providing roofing -system warranty. C. Mockups: Build mockups to verify selections made under Sample submittals, to .demonstrate aesthetic effects, and set quality standards for fabrication and installation. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 3 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 _ ROOF SPECIALTIES — METAL COPINGS 1. Build mockup of typical roof edge as shown on Drawings. 2. Build mockup of typical roof edge as part of Integrated Exterior Mockup. 3. Build mockup of typical roof edge, typical coping, expansion joint, counterflashings and including fascia gutter and downspout, approximately 10 feet (3.0 m) long, including supporting construction, seams, attachments, underlayment, and accessories. 4. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 5. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed. at time of Substantial Completion. 1.7 DELIVERY, STORAGE, AND HANDLING A. Do not store roof specialties in contact with other materials that might cause staining, denting, or other surface damage. Store 'roof specialties away from uncured concrete and masonry. B. Protect strippable protective covering on roof specialties from exposure to sunlight and high humidity, except to extent necessary for the period of roof -specialty installation. 1.8 FIELD CONDITIONS A. Field Measurements: Verify profiles and tolerances of roof -specialty substrates by field measurements before fabrication, and indicate measurements on Shop Drawings. B. Coordination: Coordinate roof specialties with flashing, trim, and construction of parapets, roof deck, roof and wall panels, and other. adjoining work to provide a leakproof, secure, and noncorrosive installation. 1.9 WARRANTY A. Roofing -System Warranty: Roof specialties are included in warranty provisions in roof membrane material warranty. B. Special Warranty on Painted Finishes: Manufacturer agrees to repair finish or replace roof specialties that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No.8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES - METAL COPINGS PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General Performance: Roof specialties shall withstand exposure to weather and resist thermally induced movement without failure, rattling, leaking, or fastener disengagement due to defective. manufacture, fabrication, installation, or other defects in construction. B. FM Approvals' Listing: Manufacture and install copings roof -edge specialties that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, for project wind uplift criteria. Identify materials with FM Approvals' markings. C. SPRI Wind Design Standard: Manufacture and install copings roof -edge specialties tested according to SPRI ES -1 and capable of resisting the following design pressures: 1. Design Pressure: As indicated on Drawings. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, hole elongation, overstressing of components, -failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of thermal movements. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C); material surfaces. 2.2 COPINGS A. Metal Copings:. Manufactured coping system consisting of metal coping cap in section lengths not exceeding 12 feet (3.6 m), concealed anchorage; with comer units, end cap units, and concealed splice plates with finish matching coping caps. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Castle Metal Products. b. Hickman Company, W. P. C. Metal -Era, Inc. d. Metal -Fab Manufacturing, LLC. e. Petersen Aluminum Corporation. f. Johns Manville (Basis of Design — Johns Manville Presto Lock Coping System). 2. Corners: Factory mitered and soldered / continuously welded. 3. Coping -Cap Attachment Method: Snap -on or face leg hooked to continuous cleat with back leg fastener exposed, fabricated from coping -cap material. a. Face -Leg Cleats: Concealed, continuous stainless steel. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 - .INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES — METAL COPINGS 2.3 MATERIALS A. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy, 3003, with Kynar 500 as standard with manufacturer for finish required, with temper as required. to suit forming operations and performance required; with smooth surface. .050" Sheet thickness. Exposed Coil -Coated Finish: a. .Three -Coat Fluoropolymer. AAMA 2605. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Color: Match Existing. 3. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil (0.013 mm). 2.4 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Sheet: Minimum 30 to 40 mils (0.76 to 1.0 mm) thick, consisting of slip -resisting polyethylene -film top surface laminated to layer of butyl or SBS -modified asphalt adhesive, with release -paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: ASTM D 1970/D 1970M; stable after testing at 240 deg F (116 deg C). 2. Low -Temperature Flexibility: ASTM D 1970/D 1970M; passes after testing at minus 20 deg F (29 deg C). 3. Manufacturers: Subject to compliance with requirements, provide products by the following: a. Grace Construction Products; W.R. Grace & Co. — Conn. 1) Grace Ultra. 2.5 MISCELLANEOUS MATERIALS A. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to meet performance requirements. Furnish the following unless otherwise indicated: 1. Exposed Penetrating Fasteners: Gasketed screws with hex washer heads matching color of sheet metal. 2. Fasteners for Stainless -Steel Sheet: Series. 300 stainless steel. B. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant of type, grade, class, and use classifications required by roofing -specialty manufacturer for each application. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 6 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES - METAL COPINGS C. Butyl Sealant: ASTM C 1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type joints with limited movement. D. Bituminous Coating: Cold -applied asphalt emulsion complying with ASTM D 1187/D 1187M. E. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.6 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and :painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with .Installer present, to verify actual locations, dimensions, and other conditions affecting performance of.the Work. B. Examine walls, roof edges, and parapets for suitable conditions for roof specialties. C. Verify that substrate is sound, dry, smooth, clean, sloped for drainage where applicable, and securely anchored. D. Proceed with installation only after unsatisfactory conditions have been corrected 3.2 UNDERLAYMENT INSTALLATION A. Self -Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 inches (152 mm) staggered 24 inches (610 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps with roller. Cover undedayment within 14 days. 1. Apply continuously under copings roof -edge specialties and reglets and counterflashings. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 7 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES - METAL COPINGS 2. Coordinate application of self -adhering sheet underlayment under roof specialties with requirements for continuity with adjacent air barrier materials. B. Slip Sheet: Install with tape or adhesive for temporary anchorage to minimize use of mechanical fasteners. under roof specialties. Apply in shingle fashion to shed water, with lapped joints of not less than 2 inches (50 mm). 3.3 . INSTALLATION, GENERAL A. General: Install roof specialties according to manufacturer's written instructions. Anchor roof specialties securely in place, with provisions for thermal and structural movement. Use fasteners, solder, protective coatings, separators, undedayments, sealants, and other miscellaneous items as required to complete roof -specialty systems. 1. Install roof specialties level, plumb, true to line and elevation; with limited oil - canning and without warping, jogs in alignment, buckling, or tool marks. 2. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Install roof specialties to fit substrates and to result in weathertight performance. Verify shapes and dimensions of surfaces to be covered before manufacture. 4. Torch cutting of roof specialties is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from contact with each other or with corrosive substrates by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manufacturer. 1. Coat concealed side of stainless-steel roof specialties with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. C. Expansion Provisions: Allow for thermal expansion of exposed roof specialties. 1. Space movement joints at a maximum of 12 feet (3.6 m) with no joints within 18 inches (450 mm) of comers or intersections unless otherwise indicated on Drawings. . 2. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. D. Fastener Sizes: Per Manufacturer Test Data E. Seal concealed joints with butyl sealant as required by roofing -specialty manufacturer. F. Seal joints as required for weathertight construction. Place sealant to be completely concealed in joint. Do not install sealants at temperatures below 40 deg F (4 deg C). G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre - tin edges of sheets to be soldered to a width of 1-1/2 inches (38 mm); however, reduce pre -tinning where pre -tinned surface would show in completed Work. Tin edges of uncoated copper sheets using solder for copper. Do not use torches for soldering. Heat ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 8 INDIAN RIVER COUNTY — JAIL COMPLEX SECTION 077100 JANUARY 4, 2018 ROOF SPECIALTIES — METAL COPINGS surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 3.4 COPING_ INSTALLATION A. Install cleats, anchor plates, and other anchoring and attachment accessories and devices with concealed fasteners. B.. Anchor copings with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements. 1. Interlock face and back leg drip edges of snap -on coping cap into cleated anchor plates anchored to substrate at manufacturer's required spacing that meets performance requirements. 2. Interlock face -leg drip edge into continuous cleat anchored to substrate at manufacturer's required spacing that meets performance requirements. Anchor back leg of coping with screw fasteners and. elastomeric washers at manufacturer's required spacing that meets performance requirements. 3.5 , CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. ' Clean and neutralize flux materials. Clean off excess solder and sealants C. Remove temporary protective coverings and strippable films as roof specialties are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain roof specialties in a clean condition during construction. D. Replace roof specialties that have been damaged or that cannot be successfully repaired by finish touchup or similar minor repair procedures. END OF SECTION 077100 ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY— JAIL COMPLEX JANUARY 4, 2018 SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL PAGE 1 SECTION 079200 JOINT SEALANTS 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Butyl joint sealants 1.2 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples: For each kind and color of joint sealant required. C. Product test reports. D. Warranties. 1.3 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. 1.4 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which Installer. .agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period.' 1. Warranty Period: Five years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint - sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Ten years from date of Substantial -Completion. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 2 INDIAN RIVER COUNTY—JAIL COMPLEX SECTION 079200 JANUARY 4, 2018 JOINT SEALANTS PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL 2.2 SILICONE JOINT SEALANTS A. Mildew -Resistant Neutral -Curing Acid -Curing Silicone Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BASF Building Systems. b. Dow Corning Corporation. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). < 2.3 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Sika Corporation; Construction Products Division. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.4 SOLVENT -RELEASE -CURING JOINT SEALANTS (Butyl) A. Butyl -Rubber -Based Joint Sealant: ASTM C 1311. 1. Products` Subject to compliance with.requirements, provide the following: a. Bostik, Inc.; Chem -Calk 300. b. Pecora Corporation; BC -158. C. Tremco Incorporated; Tremco Butyl Sealant. s ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT INDIAN RIVER COUNTY -JAIL COMPLEX JANUARY 4, 2018 2.5 JOINT SEALANT BACKING PAGE 3 SECTION 079200 JOINT SEALANTS A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. 2.6 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for: adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. . PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions. 1. Remove laitance and form -release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable .of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by 'such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 4 INDIAN RIVER COUNTY = JAIL COMPLEX SECTION 079200 JANUARY 4, 2018 JOINT_SEALANTS 3.2 INSTALLATION A., Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before . sealant application and replace them with dry materials. C. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability.. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer . and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Clean off excess sealant or sealant .smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.3 . FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: Extent of Testing: Test completed and cured sealant joints as follows: ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 5 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 079200 JANUARY 4, 2018 JOINT SEALANTS a. Perform 3 tests for each type of adhesive and at each material type. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. B. Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere.to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.4 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. All non -painted joints which are exposed to weather elements: 2. Joint Sealant: Silicone. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. At all painted joints which are exposed to weather elements. 2. Joint Sealant: Urethane. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint -Sealant Application:. Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. At all joints which are concealed and not directly exposed .to weather elements. 2. Joint Sealant: Butyl. 3. Joint -Sealant Color: Black. ROOFING REPLACEMENT, RECOVER AND REPAIR PROJECT PAGE 6 INDIAN RIVER COUNTY - JAIL COMPLEX SECTION 079200 JANUARY 4, 2018 JOINT SEALANTS END OF SECTION