Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-168A
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT BID NO. 2018074 PROJECT NO. IRC -1803 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 IRC -1803 ITB COV 20180723 00001-1 F:1Public WorksIENGINEERING DIVISION PROJECTS11803 IRC West WWTP Roof Replacement\1-AdminOdslBid Documents\IRC-1803_ITB_COV 20180723.doc �vERcoo Indian River County Purchasing Division 4 180027 th Street Vero Beach, FL 32960 * * Phone (772) 226-1416 ORI9� INVITATION TO BID Project Name: Bid #: Bid Security Required: Public Construction Bond Required: INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT (IRC -1803) 2018074 5% NO Bid Opening Date: Wednesday August 22, 2018 Bid Opening Time: 2:00 P.M. All bids must be received by the Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960 prior to the date and time shown above. Late bids will not be accepted or considered. PLEASE SUBMIT ONE (1) MARKED ORIGINAL AND ONE (1) COPY OF YOUR BID, PLUS ONE (1) THUMB DRIVE OR CD CONTAINING A FULL PDF OF YOUR SUBMITTAL. Refer All Questions to: Jennifer Hyde, Purchasing Manager Phone: (772) 226-1416 Email: purchasing@ircgov.com Page 1 of 34 Bid No. 2018074/IRC-1803 ADVERTISEMENT FOR BID Notice is hereby given that the Indian River County Board of County Commissioners is calling for and requesting bids for the following: Indian River County Bid # 2018074 INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT (IRC -1803) PROJECT DESCRIPTION. Project consists the replacement of the Control Room roof at the Indian River County West Wastewater Treatment Plant located at 8405 81h Street, Vero Beach, Florida, 32968. Work includes the removal and disposal of the following: existing shingles, underlayment, sheet metal flashings, trim, gutters, downspouts, and gutter edge wood facia boards. Repair of existing substrate as needed and installation of the following: underlayment, shingles, sheet metal flashings, trim, gutters, downspouts and gutter edge wood facia boards. Detailed specifications are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226-1416 or purchasing@ircgov.com. Deadline for receipt of bids has been set for 2:00 P.M., on WEDNESDAY, AUGUST 22, 2018. Only bids received on or before the time and date listed will be considered. Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 PM. Bids submitted after 2:00 PM on the day specified above will not be accepted or considered. BID SECURITY in the sum of not less than five percent (5%) of the total bid must accompany each bid over $25,000. The Board of County Commissioners reserves the right to accept or reject any and all bids in whole or in part and to waive any technicality or irregularity. PURCHASING MANAGER INDIAN RIVER COUNTY Publish: For Publication in the Indian River Press Journal Date: SUNDAY, JULY 29, 2018 Please furnish Tear Sheet, Affidavit of Publication, and Invoice to: Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 Page 2 of. 34 Bid No. 2018074/IRC-1803 TABLE OF CONTENTS INVITATIONTO BID...........................................................................................................................................1 TABLEOF CONTENTS................................................................................................................................................................ 3 INSTRUCTIONSTO BIDDERS..................................................................................................................................................... 4 GENERALTERMS AND CONDITIONS............................................................................................................................................. 4 TECHNICALSPECIFICATIONS................................................................................................................................................... it SCOPE......................................................................................................................................................................................... 11 BIDFORM.............................................................................................................................................................................. 12 BIDSCHEDULE........................................................................................................................................................................ 13 AIADOCUMENT A310 BID BOND............................................................................................................................................ 15 DRUG-FREE WORKPLACE CERTIFICATION............................................................................................................................... 16 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS .............. 17 BIDDERS QUALIFICATIONS QUESTIONNAIRE.......................................................................................................................... 19 - LISTOF SUBCONTRACTORS.................................................................................................................................................... 23 SAMPLEAGREEMENT............................................................................................................................................................. 24 SAMPLE CERTIFICATE OF LIABILITY INSURANCE..................................................................................................................... 33 NOTICETO PROCEED.............................................................................................................................................................. 34 Bid No. 2018074/IRC-1803 INSTRUCTIONS TO BIDDERS. GENERAL TERMS AND CONDITIONS Cone of Silence. Potential bidders/respondents and their agents must not communicate in any way with the Board of Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction is effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. Sealed Bids and Envelope Markings: All bids must be submitted in a sealed opaque envelope. The outside of the envelope must be clearly marked with the Sealed Bid #, Title of the Bid, Date of the Bid opening, and Time of the Bid Opening and name of firm submitting. Opening Location: It will be the sole responsibility of the Bidder to deliver personally or by mail or other delivery service, their proposal to the office of the Indian River County Purchasing Division. Bids should be delivered to 180027 1h Street, Vero Beach, FL 32960, on or before the closing hour and date shown for receipt of bids. Bids received in person or by mail after the stated time and date will not be considered. Bid Submission: All bids must be signed with the legal Firm name and by an Officer or employee having authority to bind the company or firm by his / her signature. Bids must be submitted on forms provided by Indian River County. Bids not submitted on the attached forms) shall be rejected. Submittal of one marked original bid, one copy plus a thumb drive or CD containing a full pdf of your submittal is required. Bid Security and Public Construction Bond. Bid security must accompany each Bid over $25,000 and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security for bids over $25,000 must be in the sum of not less than five percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security will be retained by the County as liquidated damages and not as a penalty. If bid does not exceed $100,000, no Public Construction Bond will be required. 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. Withdrawal of Bids: 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 of opening of bids. If, within 24 hours after Bids are opened, any bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that bidder may withdraw its bid and bid security will be returned. Thereafter, if the work is rebid, that bidder may be disqualified from further bidding on the work. Direct Purchase: Indian River County reserves the option to purchase certain tangible materials necessary for the performance of the Contract, and thereby save the amount of the sales tax thereon by virtue of the Owner's status as a Tax -Exempt Institution. For the purpose of these procedures, the Contractor will assign to the County any rights the Contractor may have under..quotes, contracts or commitments received from the particular vendor or supplier for the materials described in the requisition. The invoiced amount of County Purchased Materials and Page 4 of 34 Bid No. 2018074/IRC-1803 applicable sales tax, had the purchases not been tax exempt, once finalized through the Owner's Purchase Order . and after confirmation of completed delivery and acceptance, will be deducted from the Contractor's Contract price via Change Order. Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption Certificates, if required, are to be furnished by the successful bidder and will be filled out by the County. Delivery and Completion Dates: Indicate delivery and completion dates. This may be a determining factor in the award of the bid. The County may, at its option, grant additional time for any delay or failure to perform hereunder if the delay will not adversely affect the best interests of the County and is due to causes beyond the control of the Bidder. Such grant must be in writing and made part of the resulting Agreement. Irrevocable Offer. Bidder warrants by virtue of bidding that the prices quoted in this bid will remain firm and be considered an irrevocable offer for a period of sixty (60) days, during which time one or more of the bids received may be accepted by Indian River County. Assignment/Delegation: No right, obligation or interest in an awarded Agreement may be assigned or delegated by the Bidder without prior written consent of the County, without prejudice to County's other rights and remedies. Consideration of Bids: Verbal, emailed or faxed bids will not be considered. Indemnification: The successful Bidder shall indemnify and hold harmless the County, and its commissioners, officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the contractor and persons employed or utilized by the contractor in the performance of the construction contract. Public Access: The Bidder shall allow public access to all documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. If this project is federally -funded, the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials shall not be used by the Bidder without specific FEMA pre -approval. Records/Audit: The Bidder shall maintain books, records and documents pertinent to performance under this Invitation and any resulting Agreement in accordance with generally accepted accounting principles consistently applied. The County and the Florida Office of the Inspector General shall have inspection and audit rights to such records for audit purposes during the term of the contract and for three years following the termination of obligations hereunder. Records which relate to any litigation, appeals or settlements of claims arising from performance under this work or purchase shall be made available until a final disposition has been made of such litigation, appeals, or claims. Acceptance: Receipt of an item shall not be an indication that the items are acceptable. Final acceptance and authorization of payment shall be given after a thorough inspection indicates that the item is delivered in accordance with the Bid Specifications. Suppliers are advised that in the.event the delivered item does not meet specifications, payment will be withheld until such time the supplier takes necessary corrective action. Permits, Impact and Inspection Fees. 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, Page 5 of.34. Bid No. 2018074/IRC-1803 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. Descriptive Information: Descriptive literature including Specifications must accompany your bid. Manufacturer's name and model numbers are used herein solely for the purpose of establishing a standard of design, quality, and use of the merchandise required. Products of other manufacturers will be acceptable if they meet or exceed established standards with the exception of those items specified "NO SUBSTITUTION". Variations to Specifications: For purposes of evaluation, Bidder must indicate any variances from the specifications and/ or conditions on the form provided with this Invitation to Bid. Otherwise, it will be assumed that the product or service fully complies with the specifications. Items specifically described, as alternates shall be reviewed as an alternative bid to be considered by the County, in lieu of the primarily specified item(s). However, item(s) varying from the published specifications shall be considered substitutes, and the County reserves the right to consider or not to consider substitute bids. Substitutes shall be subject to disqualification if the County does not approve the substitution. Interpretations: No oral interpretations will be made to any Bidder as to the meaning of the Specifications. Every request for such an interpretation shall be made in writing, addressed and forwarded to Indian River County (purchasingPirceov.com) ten (10) or more days before the date fixed for opening of the bids. The County shall not be responsible for oral interpretations given by any County employee. Every interpretation made to bidder will be in the form of an Addendum to the specifications, which if issued, will be sent promptly as is practical to all persons to whom specifications have been issued. All such Addenda shall become part of the specifications. Further, it shall be the responsibility of each bidder, prior to submitting their bid, to contact Indian River County's Purchasing Division at (772) 226-1416 to determine if addenda were issued and to make such addenda a part of their bid. Default Provision: In case of default by the Bidder, Indian River County may procure the articles or services from other sources and hold the Bidder responsible for excess costs incurred thereby, and may take such action, as it deems appropriate, including legal action for Damages or Specific Performance. Signed Bid Considered an Offer. This signed bid shall be considered an offer on the part of the Bidder. Indian River County Board of County Commissioners shall deem the offer accepted upon approval. Non -Collusion: By signing and submitting the Bid Form, the Bidder certifies that, • This bid has been arrived at by the Bidder independently and has been submitted without collusion, and without any agreement, understanding, or planned common course, or action with, any vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition, and The contents of the bid have not been communicated by the Bidder or its employees or agents to any person not an employee or an agent of the bidder or its surety on any bond furnished with the bid and will not be communicated to any such person prior to the official opening of the bid. No attempt has been made or will be made by the Bidder to induce any other person(s) or firm(s) to submit or not to submit a bid for the purpose of restricting competition. Page 6 of 34 Bid No. 2018074/IRC-1803 Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Bidders are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida, any of its departments or agencies, or any political subdivision); may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017 for CATEGORY TWO [currently $35,000] for a period of 36 months from the date of being placed on the convicted vendor list. A "public entity crime" means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. Suspension and Debarment. Indian River County will not make award to parties listed on the government -wide exclusions in the System for Award Management (SAM). The bidder agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Non -Discrimination: Indian River County will not knowingly do business with vendors or contractors who discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity, age and/or disability. Through the course of providing services to the County, Contractors shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person who believes their rights have been violated should report such discrimination to the County's Title VI/Nondiscrimination Coordinator through the office of the County Attorney. Local Preference: Indian River County has no local ordinance or preferences, as described in Florida Statutes section 255.0991(2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. Energy Policy and Conservation Act — The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Regulations: It shall be the responsibility of the bidder to assure compliance with any OSHA, EPA and / or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. Applicable Law and Venue: The resulting Agreement and all rights and duties of the parties hereto shall be governed by the laws of the State of Florida, including but not limited to the provisions of the Florida Uniform Commercial Code Chapters 671-679 F.S., for any terms and conditions not specifically stated within. Venue for any lawsuit brought by either party against the other party.or otherwise arising out of this Contract shall be in Indian Page 7 of 34- Bid No. 2018074/IRC-1803 River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. Conflict of Interest: Any entity submitting a bid or proposal or entering into a contract with the County shall disclose any relationship that may exist between the contracting entity and a County Commissioner or a County Employee. The relationship with a County Commissioner or a County Employee that must be disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. The disclosure of relationships shall be a sworn statement made on a County approved form. Failure to submit the form may be cause for rejection of the bid or proposal. Cancellation: It is the intention of Indian River County to purchase material and / or services from sources of supply that will provide prompt and convenient shipment and service. Any failure of the supplier to satisfy the requirements of the County shall be reason for termination of the award. Errors: When an error is made in the bid extension of generating total bid prices or in any other process of completing the bid, the original unit prices submitted will govern. Carelessness in quoting prices, or in preparation of the bid otherwise, will not relieve the bidder from performance. Bid Rejection: Failure to comply with all the above instructions may result in rejection of the bid. Bid Protest. Any actual or prospective bidder or proposer who is aggrieved in connection with a competitive selection process may protest to the Purchasing Manager. The protest shall be submitted to the Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the County Attorney. Supplemental Information: The County reserves the right to conduct such investigations as it deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors, suppliers, and other relevant parties to perform and furnish the work. To demonstrate qualifications to perform the work, each Bidder must be prepared to submit, within S days of Owner's request, written evidence, such as financial data, previous experience, present commitments, and other such data as may be necessary to prove to the satisfaction of the Owner that the Bidder is qualified by experience to do the work and is prepared to complete the work within the stated time period. Failure to provide any requested information may result in the determination of the Bidder as non -responsible. Awards: The County reserves the right to cancel the bid, reject any and all bids or waive any irregularity or technicality in bids received. When it is determined there is no competition to the lowest responsive, responsible Bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive. The County reserves the right to not make any award(s) under this bid. Bid No. 2018074/1RC-1803 Termination by the County. The County.reserves the right to terminate a contract by giving thirty (30) days notice, in writing, of the intention to terminate, if at any time the contractor fails to abide by or fulfill any of the terms and conditions of the contract. The County also reserves the right to terminate this contract for convenience of the County and / or with or without cause. Compliance with Laws and Regulations: Bidder agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by the resulting Agreement, and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered grounds for termination of contracts. Public Record Law: Correspondence, materials, and documents received pursuant to this Invitation for Bid become public records subject to the provisions of Chapter 119, Florida Statutes. Should the Bidder assert any exemptions to the requirements of Chapter 119, Florida Statutes, and related statutes, the burden of establishing such exemption, by the way of injunctive or other relief as provided by law, shall be upon the Bidder. Licensure: Bidder must possess State of Florida General Contractor's license and shall be F.D.O.T. qualified. Insurance: • Owners and Subcontractors Insurance: The Contractor shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the owner, nor shall the contractor allow any subcontractor to commence work until the subcontractor has obtained the insurance required for a contractor herein and such insurance has been approved unless the subcontractor's work is covered by the protections afforded by the Contractor's insurance. • Worker's Compensation Insurance: The Contractor shall procure and maintain worker's compensation insurance to the extent required by law for all their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker's compensation statute, the Contractor shall provide adequate coverage for the protection of such employees. • Public Liability Insurance: The Contractor shall procure and maintain broad form commercial general liability insurance (including contractual coverage) and commercial automobile liability insurance in amounts not less than shown below. The owner shall be an additional named insured on this insurance on this insurance with respect to all claims arising out of the operations or work to be performed. Commercial General Commercial General (Public) Liability, A. Premises / Operations other than Automobile B. Independent Contractors C. Products / Completed Operations $1,000,000.00 Combined single limit D. Personal Injury for Bodily Injury and Property Damage E. Contractual Liability F. Explosion, Collapse, and Underground Property Damage Automobile A. Owner Leased Automobiles B. Non -Owned Automobiles $1,000,000.00 Combined single limit C: Hired Automobiles Bodily Injury and Damage Liability D. Owned Automobiles Bid No. 2018074/IRC-1803 • Proof of Insurance: The Contractor shall furnish the owner a certificate of insurance in a form acceptable to the owner for the insurance required. Such certificate or an endorsement provided -by the contractor must state that the owner will be given thirty (30) days written notice prior to cancellation or material change in coverage. Copies of an endorsement -naming owner as Additional Insured must accompany the Certificate of Insurance. Indian River County reserves the right to accept or reject any or all bids in whole or in part and waive all any technicality or irregularity. Note: Any and all special conditions attached hereto, which may vary from these General Conditions, shall have precedence. End of General Terms and Conditions Bid No. 2018074/IRC-1803 TECHNICAL SPECIFICATIONS SCOPE Project consists the replacement of the Control Room roof at the Indian River County West Wastewater Treatment Plant located at 8405 8th Street, Vero Beach, Florida, 32968. Work includes the removal and disposal of the following: existing shingles, underlayment, sheet metal flashings, trim, gutters, downspouts, and gutter edge wood facia boards. Repair of existing substrate as needed and installation of the following: underlayment, shingles, sheet metal flashings, trim, gutters, downspouts and gutter edge wood facia boards. Plan set follows: Sheets R1 W1, and DI with each sheet bearing the general title of COUNTY WEST WWTP. Project Manual. PREPARED BY REI ENGINEERS End of Technical Specifications Indian River County Purchasing Division 180027 th Street } Vero Beach, FL 32960 Phone (772) 226-1416 BID FORM ;PROJECT NAME: INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT (IRC -1803) Bid #: `Bid Opening Date and Time:, BidOpeningLocation:, X2018074 `FRIDAY, AUGUST 22, 2018 Purchasing Division; X1800 27th Street; Vero Beach, FL 32960 Project completion time after receipt of "Notice to Proceed" or PO: 45 DAYS Time 2:00 P.M. ` 'The following documents must be submitted and made a condition of this Bid:' A. Bid Form & Itemized Bid Schedule (pages 12 to 14, -inclusive);, B. (Required Bid security in the form ofS:c ti S -t Lit ,C., ",Drug -Free Workplace Certification (page 16);'. D. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships, (pages 17 to 18, inclusive);, E.; Bidders Qualifications Questionnaire (pages 19 to 22, inclusive);' :.F. List of Subcontractors (page 23) Page 12 of 34 ADDENDUM #2 PROJECT NAME. IRC WEST WWTP ROOF REPLACEMENT 'f PROJECT NO. IRC -1803 BID NO. 2018074 BIDDER'S NAME: Southern Coatings, Inc TOTAL PROJECT BID AMOUNT IN WORDS Forty Thousand One Hundred Ninty Seven Dollars & 00 Cents LF = LUMP SUM SF=SQUARE FOOT 00310-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1803 IRC West WWTP Roof Replacement\1-Admin\Bids\Bid Documents\IRC-1803 IBS 20180807 001 STEEP -SLOPE SHINGLE ROOF AREAS REMOVAL AND DISPOSAL OF ALL EXISTING SHINGLES, UNDERLAYMENT, a. DOWN TO THE WOOD DECK. LS $ 2.00 $ 5,718.00 b. REMOVAL AND DISPOSAL OF ALL SHEET METAL FLASHINGS AND TRIM. LS $ $ 1,429.00 C. REMOVAL AND DISPOSAL OF ALL GUTTERS AND DOWNSPOUTS. LS $ 5.36 $ 750.00 d. REMOVAL AND DISPOSAL OF ALL GUTTER EDGE WOOD FACIA BOARDS. LS $ 5.00 $ 1,200.00 e. REPAIR OF EXISTING SUBSTRATES PROVIDE A MINIMUM OF 1000 SF SF $ 3.50 $ 3,500.00 PROVIDE NEW SHEATHING, SELF -ADHERED UNDERLAYMENT, SHINGLES, f. SHEET METAL FLASHINGS AND TRIM, GUTTERS AND DOWNSPOUTS LS $ 6.09 $ 17,600.00 STEEP -SLOPE SHINGLE ROOF AREAS SUB -TOTAL $ REMOVE THE EXISTING LIGHTING PROTECTION/GROUNDING SYSTEM PRIOR TO COMMENCEMENT OF ROOF REPLACEMENT WORK. UPON COMPLETION OF FLASHING AND SHEET METAL INSTALLATION, ALL NEW OR EXISTING PARETS, COMPONENTS OR 002 MATERIALS WILL BE REINSTALLED TO MEET UL REQUIREMENTS AT THE TIME OF INITION INSTALLATION LS 1.15 $ 2,500.00 $ 003 REPAIR OF EXISTING GABLE WALL SHEATHING (SEE DRAWING R1 OF THIS ADDENDUM) LS $ 1.15 $ 2,500.00 IRC WEST WWTP ROOF REPLACEMENT SUB -TOTAL $ 35,197.00 FORCE ACCOUNT $5,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) $ 40,197.00 TOTAL PROJECT BID AMOUNT IN WORDS Forty Thousand One Hundred Ninty Seven Dollars & 00 Cents LF = LUMP SUM SF=SQUARE FOOT 00310-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1803 IRC West WWTP Roof Replacement\1-Admin\Bids\Bid Documents\IRC-1803 IBS 20180807 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items above, subject to all instructions, conditions, specifications, and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Company Name: Southern Coatings, Inc. Company Address: 2241 NW 22nd Street City, State Telephone: Pompano Beach Fl Zip Code 33069 954 4484 0100 Fax: 954 984 0119 E-mail: mldein@southerncoatings.net Business Tax Receipt Number: 185-413 IN Numbei Authorized Signature: Date Name: Scott Biederman Title: (Type / Printed) Page 14 of 34 cniI)ncncn President Bid No. 2018074/IRC-1803 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." Cashiers Check Submitted for 5% of Bid Total ---In atached Document Envelope $ 2009.85 Page 15 of 34 Bid No. 2018074/IRC-1803 DRUG-FREE WORKPLACE CERTIFICATION (Please include this form with your bid) The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that Southern Coatings, Inc. does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5. Impose a sanction on, or, require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Southern Coatings, Inc. Company Name Bidder's Signature Date: 8/15/18 Page 16 of 34 Bid No. 2018074/IRC-1803 SWORN STATEMENT UNDER SECTION 105008, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MIDST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018074 for INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT (IRC -1803) 2. This sworn statement is submitted by: Southern Coatings, Inc. Scott Biederman (Name of entity submitting Statement) whose business address is: 2241 NW 22nd Street Pompano Beach, Fl. 33069 and its Federal Employer Identification Number (FEIN) is 59-1205069 3. My name is Scott biederman (Please print name of individual signing) and my relationship to the entity named above is President 4. 1 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-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. ' Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] _X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the Page 17 of 34 Bid No. 2018074/IRC-1803 entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee N/A (Signature 8/12/18 (Date) STATE OF Florida COUNTY OF . Broward The foregoing instrument was acknowledged before me this `'b day of 20, by_ whoIs personally known tine or who has produced as identification. NOTARY PUBLIC SI G N: 01IL142 4 "'00 v PRINT: ekeaj Du AkA-J Notary Public, State at large My Commission Expires: (Seal) CHERYL DUNCAN Page 18 of 34 _ ANY COMMISSION # GG033600 EXPIRES September 26, 2020 Bid No. 2018074/IRC-1803 BIDDERS QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to. comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: IRC -1803 Project Name: INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT 1. Bidder's Name / Address: Southern Coatings, Inc. 2241 NW 22n Street Pompano Beach, Fl. 33069 2. Bidder's Telephone & FAX Numbers: Ph # 954 984 0100 / Fax # 954 984 0119 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: • # CCC1330390 [Attach a copy of Contractor's License to the bid] See Page 35 C. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. See Pages 35-39 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 40 5. What is the last project OF THIS NATURE that the firm has completed? TheTown Of Hillsboro Beach, Florida 6. Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? _No Page 19 of 34 Bid No. 2018074/IRC-1803 [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes (In the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. See Pages 18 & 19 12. Has the firm ever defaulted on any of its projects? No [if your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] r 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. In Required Bid Submittal Documents 14. Name of person who inspected the site of the proposed work for the firm: Name: Mark Klein Date of Inspections: August 9th 2018 15. Name of on-site Proiect Foreman: Eliseo Cruz Jr. Number of years of experience with similar projects as a Project Foreman: _6 16. Name of Project Manager: Jimmy Van Hook Number of years of experience with similar projects as a Project Manager: 23 17. State your total bonding capacity: $ 2,000.000.00 18. Stateour bonding ca 750,000.00 y g p acit y per job: 19. Please provide name, address, telephone number, and contact person of your bonding company: Odalis Cabrera 10131 SW 40th Street Miami, Fl. 33165(305) 226-7876 Page 20 of 34 Bid No. 2018074/IRC-1803 19. Complete the following table for SIMILAR projects: Name of Pro'ect Date Completed Owner Contact Person: Name/ Email Address/Phone Original Contract Amount Final Contract Amount See ages 29 thru 34 Under References Page 21 of 34 Bid No. 2018074/IRC-1803 [NOTE: If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contractor.] A By: (Signature) President (Position or Title) 8/12/18 (Date) [END OF BIDDERS QUALIFICATIONS QUESTIONNAIRE] Page 22 of 34 Bid No. 2018074/IRC-1803 LIST OF SUBCONTRACTORS The Bidder MIDST list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, additions, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No. IRC -1803 for INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT Note: Attach additional sheets if required. Page 23 of 34 Work to be Performed Subcontractor's Name/Address Portion of Work 1. N/A 2. 3. 4. 5. 6. 7. 8. 9. 10. Note: Attach additional sheets if required. Page 23 of 34 sci 5O1i'THERNGUATINGSINP, ROOFING Southern Coatings, Ince Current Workload as of 8/22/18 1. Lauderdale Market Place Completion Date 9/18 2. New Smyrna Pump Stations Completion Date 10/18 3. Lauderdale West Association Completion Date 10/18 4. Belk's Department Store Completion Date 11/18 5. Okeechobee Police Station Completion Date 10/18 Indian River County ��IMM Purchasing Division 180027 th Street z Vero Beach, FL 32960 Phone (772) 226-1416 �LORI�Q' ADDENDUM NO. 1 Date: August 10 2018 Project Name: Indian (laver County West WWTP Roof Replacement Bid Number: 2018074 Bid Opening Date: August 22, 2018 at 2:00 p.m. This addendum is being released to answer questions received. Question 1: 1 am requesting an opportunity to visit the site to take measurements and inspect the existing roof and related materials. Would sometime this Thursday to OK? Answer: Planholders can call the Purchasing Division at (772) 226-1416 to obtain the contact information to set up an appointment to view. ********This Addendum MIDST be acknowledged where indicated on the Bid Form and/or by return of this page with your proposal********* Company Name Southern Coatings, Inc. Name: Mark Klein (Type / Printed) Authorized Signature: Telephone: 954 984 0100 Title: Executive Account Director L�ate.-8/18/18 Fax: 954 984 0119 Page I of I Indian River County Purchasing Division 180027 th Street Vero Beach, Fl 32960 Phone (772) 226-1416 ADDENDUM NO. 2 Date: August 15, 2018 Project Name: Indian Risser County West WWTP Roof Replacement Bid Number: 2018074 Bid Opening Date: August 22, 2018 at 2:00 p.m. This addendum is being released to answer questions received. Question 1. 1e. Repair of existing substrates under unit price. What is unit price/all allowance work mean? Should this be a line item? Answer: Please see attached Drawing R1 for steep -slope shingle roof area estimate. Please include replacement of 1000 square feet of existing plywood substrate in the bid. Please also include a unit price for additional plywood substrate replacement if necessary. Question 2. #3 Repair of existing Gable wall sheathing under unit price/allowance work. Should this be a line item? Do we need to put in line items for extra wood? Such as 5/8 plywood by the sq/ft and 2x4's by the linier foot? Answer: Please see attached Drawing R1 for gable wall area estimate. Please provide in the bid the cost for replacement gable wail sheathing to include plywood, siding and framing. Attachments Updated Bid Form Updated Drawing R1 ********This Addendum MIDST be acknowledged where indicated on the Bid Form and/or by return of this page with your proposa4********* Company Name Southern Coatings, Inc. Name: Mark Klein Title: Executive Account Director (Type / Printed) Authorized Signature: Date: 9 �6 y Telephone: 954-984-0100 Fax: 954-984-0119 Page I of 1 21€ bm iy \ •�a;. . / zc 6nlo as ate• ;/ i- // / ' x r_ ✓ ' / x � 'xv. rr. ' i 1 O O O cn / CP I\✓ N .LN ��i 1 (AN N m ' o 4 R �p COUNTY WEST WWTP ; ;r a INDIAN RIVER COUNTY 8405 8TH STREET,VERO BEACH, FLORIDA 32968 REI PROJECT M 018TPA-009 = . SOUTH ERNCOATINGSINC ROOFING Indian River County Board of County Commissioners Indian River County WWTP Table of Contents: 1 Page 1 Letter of Transmittal 2 Corporate History and Experience of Firm 3-6 Key Management and Corporate Staffing 7-10 National Magazine Article 11-17 Financial Capabilities 18 Affirmative Action / E. E.O.C. 19-20 Customer Service Statement 21-22 Satisfied Customer Photos 23-28 References 29-34 Licenses/ Insurance /,W-9 Forms 35-38 Equipment/Small and Large 39-46 Industry Certifications 47-52 Safety 53-56 Rid Submittal Documents: Price / Bond/ Qualifications/ Subcontractors Bid Schedule/Drug Free Douc. /Disclosure Form Current Workload /Addendums Confidential and Proprietary Information Of Southern Coatings, Inc. sci SOUTHERNCOATINGSINC ROOFING Letter of Transmittal: Southern Coatings, Inc. 22411 N.E. 2nd Street (Pompano Beach, FR. 33069 Southern Coatings, Inc. was established in 1978 to provide the upmost quality and detail orientated roofing ser- vices available in the State of Florida. Unlike other companies that offer a wide variety of services, SCI deals strictly with your roofing needs. Remember all roofing contractors are not alike. SCI are roofing specialists so you can trust that you are in good hands when SCI is taking care of your facilities. Our teams of highly credentialed roofing installers are among the best in the business. Our expert staff is readily available to answer any questions that you may have before, during and after the job is complete. We provide the highest quality materials, installed by the best craftsmen in the industry, all backed by some of the best labor and material warranties in the contract roofing industry. Southern Coatings 39 years of experience in the roofing industry has developed and outstanding experienced work force. From general labors, supervision, project managers, safety coordinator, purchasing director and ser- vice managers SCI stands behind our roofs, (truly stand behind them). Southern Coating's, 5 Star Values are, Continual Im- provement, Safety, Accountability, Teamwork, and Respect. Our goal is to go above and beyond and exceed cus- tomer expectations for each re -roofing project every time. We understand the scope of services required, the con- tract objectives and the challenges that may be encountered. SCI fully understands how important the start and ending dates are for the roofing services . School Board. SCI is fully licensed and insured and is financially and bonding capacity is listed inside the bid submittal pack- age. We have a strong list of references and certifications. Southern Coatings was just featured in The Roofing Contractor Magazine in May 2017. As Dr. Demming said, "do it right the first time and there will be no ricochet effect in cost for the customer and your company". Recently SCI has expanded its operation oversees. SCI was awarded a major roofing job in Guantanamo Bay, Cuba for the US Navy. SCI `S reputation and the ability to supply a secure work force was a key factor in the decision to award Southern Coatings, Inc. this high security roofing project. SCI participates in many community fundraisers and sporting events. We have an impressive list of testimonials and references upon request. Our focus is on quality, safety, and service. We appreciate the opportunity in presenting this roofing proposal. Sincerely, SC0tt &P.dV MaVIi Scott Biederman, President & CEO Southern Coatings, Inc. Roofing Services for Indian River County WWTP Confidential and Proprietary Information Of Southern Coatings, Inc. 401, sci SOUTHERNCOATINGSINC ROOFING Corporate History & Experience of Firm Southern Coatings, Inc. has been providing roofing solutions in Florida for 40 years. SCI is one of Broward Counties oldest roofing companies; founded by Shervin Biederman in 1978, incorporated in the state of Florida in 1982, and family owned and operated for nearly forty years. Scott Biederman is currently the sole owner of the business and continues to operate SCI with several family members. Southern Coatings, Inc. was the first contractor in South Florida to implement SPF (Spray Poly Urethane) as a roofing system in the early 80's and continues to be the lead installer in our area today. In addition, SCI can handle all roofing needs for all systems. -We are certified ap- plicators for the top material suppliers such as Bayer Material Science (Covestro), GAF, Poly - glass, NCI group, BASF, IKO and Fibertite to name a few. SCI is a proud member of the NRCA (National Roofing Contractors of America),' the SPFA (Spray Foam Alliance), BOMA (Building Owners and Managers Association) and the BBB. In - addition, we are verified with a favorable rating through Dunn and Bradstreet #08-165-9773. SCI, has been structured for growth. We are continually expanding our horizons both in ser- vices provided and customers serviced. Our corporate philosophy dictates slow continual im- provement which allows us to provide the highest quality service to our clients. Some Of Southern Coatings, Inc. Satisfied Customers & Raving Fans + Lauderdale West HOA Park Tower Condominium Waterstone Resort Southern Coatings, Inc. provides quality service at an affordable cost. SCI is locally owned and operated, which means you benefit from the personal interest and daily involvement of the owners. WE CARE! Confidential and Proprietary Information Of Southern Coatings, Inc. sci SOUTHERNCOATINGSINC ROOFING Overall Capabilities Southern Coatings, Inc. possesses the following capabilities which allow_ it to provide the quality service you need. I ♦ Financial Recourses ♦ Administrative Skills ♦ People Skills Technical Skills Financial Recourses Southern Coatings, Inc. Is a Quality Driven Company Dedicated to Continuous Improvement Southern Coatings, Inc. is fully funded, which will allow it to purchase any required equip- ment and cover all payrolls and related costs necessary to accomplish the services re- quired. Administrative Skills Southern Coatings, Inc. management team has in place experienced administrative sup- port in its Pompano Beach Headquarters. Our computer and network system and software application enables us to manage each and every job from budg- 1992ibmalb, ets to payroll deadlines. From the President, Executive Managers and Project Managers to our most important employee -our roofing technician. We under- stand that Safety is First and Quality is Second to our Safety. SCI management and supervision are the "Attitude Formers" for our company. Our corporate philosophy is to conform to the specifications and the scope of work to be done as requested. Southern Coatings, Inc. will communicate with the custom- er to ensure that we are meeting his/her needs. Southern Coatings, Inc. can be reached 24/7. All of our managers have company e-mail accounts and cell phones., which are available to our customers in order to meet their needs. Our Administrative is available to cater to our clients needs. WE understand how important it is to communicate with our customers and we appreciate hearing from you. and Proprietary Information Of Southern Coatings, Inc. 4 sci 5 SOUTH ERNCOATINGS INC ROOFING People Skills ♦ Orientation ♦ Client Communication Training ♦ On Job Training ♦ Advanced Training/ Formal Classes ♦ On Going Safety Programs For All Employees New Equipment and Supply Demonstrations Our Recognition Programs Include the Following ♦ Weekly Recognition for Customer Focus ♦ Employee of the Year For Each Division ♦ Employee of the Year Company Wide Recognition of Administrative Staff Christmas Bonus Program for Longevity of Service cmadve enpaye"t"d P"ftdd Technical Skills SCI technical skills cover the full spectrum of roofing services, types of roofs and our full ser- vice maintenance program. Our staff includes personnel who are trained and experienced in all facets of the roofing industry. We utilize collective knowledge of numerous professional organizations in keeping abreast of advancements in equipment and product developments in the roofing industry. These steps are taken to ensure that you receive the finest service available. Confidential and Proprietary Information Of Southern Coatings, Inc. *01'. scl SOUTHERNC0ATINGSINC ROOFING Southern Coatings, Ince will offer: More Experience Southern Coatings, Inc. was founded in 1978 almost 4 decades. Scott Biederman President & CEO Grew up in the roofing industry with his father. Scott is second to none when it comes all types of roofing systems. He gives each customer personalized attention. More Systems SCI will survey your roofing needs and can tell you what the best system available for your facility is. Quality is the driving force behind Southern Coatings and providing the customer with different options to match your budget concerns. More Training SCI is committed to having the highest training programs available for all employees. Through ongoing training, we help our employees improve their communication, facilitation and decision-making skills, which helps improve their job performances, advance their careers and improve company's overall performance. More Commitment Southern Coatings continues to be a customer driven organization. Our customers' needs are our top priority. We strive to provide the highest quality and personal service pos- sible at a cost effective price. We are creative and proactive in our efforts to exceed our customers' expectations. We listen and we respond. We are a principal -centered company built on hard work, honesty, loyalty and fairness. When you hire SCI you partner with an entire organization that's committed to you. Confidential and Proprietary Information Of Southern Coatings, Inc. SC1 S0UTNERNC0ATINGSINC ROOFING Key Management Corporate Staffing Southern Coatings, Inc. Organizational and Management Staff 7 The following section outlines SCI, organization and Management plan. Our management chart reflects the fact that SCI is managed by line organization. The President Scott Biederman, heads the company and delegates responsibilities to various managers . Southern Coatings, Inc. is headquartered in Pompano Beach, Florida. SCI has been providing roofing solutions in Florida for 38 years. SCI is one of Broward Counties oldest contract roofing companies. SCI was founded by Shervin Biederman in 1978 and incorporated in the state of Florida in 1982. SCI is family owned and operated for nearly forty years. Scott Biederman is currently the sole owner of the business and continues to operate SCI with a continuous improvement philosophy, and dedica- tion to our customers. At SCI, our goal is to meet and exceed our customers' expectations. Scott Biederman President & CEO Heidi Biederman CFO & Office Manager 'Ed McCormick Mark Biederman Mark Klein Eliseo Cruz Jr. Maintenance Division Operations Mgr. Executive Account Mgr. Roof Crew Supervisor ' '. ! # r W.�fi. -Or' p i -CONTR 40ASSOCIAMON FANFri 11 Confidential and Proprietary Information Of Southern Coatings, Inc. scl 8 SOUTNERNCOATINGSINC ROOFING Key Management Corporate Staffing Scott Biederman - President and CEO of Southern Coatings, Inc. (SCI) As a teen, he would visit his father's job sites after school to help clean the grounds and hand out flyers, that is when he sold his first job; he has been roofing and selling for over thirty years. Scott focuses on lasting relationships with his customers; as a result, a majority of his work is from referrals. Scott and SCI has been recognized by several National Roofing Contractors magazines. His 30 plus years of expe- rience in the Contract Roofing Industry sets him and Southern Coatings, Inc. apart from other Commer- cial Roofing Contractors. His motto is to meet and exceed customer expectations, "that is the definition of quality. Scott is deeply rooted in his faith, a private pilot and holds a State Roofing Contractor's Li- cense #CCC 1330390. Heidi Biederman — CFO and Office Manager Heidi earned her Bachelor's Degree in Hospitality Management from Florida International University (FIU). For over 7 years Heidi's solid background in Property and Construction Management has been a key to the -growth for Southern Coatings, Inc. Heidi is quality and customer service driven, her dedication is for implementing continual improvement for SCI and bringing hospitality to the roofing industry. Mark Klein — Executive Account Manager Mark Klein .is the Executive Account Manager for Southern Coatings, Inc. Mark is a new member of the SCI Team He has lived in the South Florida area since 1960. Mark graduated from Broward Commu- nity College in 1974 and was selected first team NJCAA All American. He signed a professional base- ball contract with the Philadelphia Phillies and also played for the St. Louis Cardinals. He finished his baseball career in 1980. Mark is highly involved with many community functions and at one time owned one of the finest Summer Baseball Camps in Florida. Mark moved into the Advertising Field and worked for such clients as IBM, Coca Cola, Johnson & Johnson, Ford Motor Company, Sandals Resorts, Toyota Motors, General Mills, AT&T, Rolex, Delta Airlines, General Electric, Bertram Corporation, Moet Chandon , The Bahamas Ministry of Tourism and Anheuser Busch Co. Mark Was the Sr. Vice President of Sunshine Cleaning Systems, Inc. for 28 years. He grew annual sales from 3 million to 28 million dollars annually, making Sunshine one of the largest privately held custodi- al contractors in Florida. He has developed a solid account base over the years from Miami to Orlando, For Southern Coatings, Inc. Mark will be involved with marketing & sales. He will be the representative for Southern Coatings, Inc. for, BOMA, Trade Shows and other roofing association functions. Mark un- derstands the needs and concerns of our clients and how to prpvide quality services at reasonable prices. Mark is a past member of the Board of Directors for the BSCAI. He served as Chairman of The Board for the Government Affairs Committee for BSCAI for 5 years. Mark is currently the Chairman of the Living Wage Board for Broward County. He was appointed by Commissioner Nan Ritch; he will be serving his 8th consecutive year for the Board of County Commissioners. Since the tragedy of September 11, 2001, Mark co -developed and wrote the Employee Security Awareness Program also known as E.S.A.P. Mark has traveled to Washington, D.C. to speak with top National Security Figures. He has been invited to speak on issues of facilities security and awareness from a contractor's perspective. At the 2015 B.S.C.A. International Convention in Las Vegas, Nevada, Roofing Services for Indian River County WWTP Confidential and Proprietary Information Of Southern Coatings, Inc. scl SOUTHERNCOATINGSlNC ROOFING The Employee Security Awareness Program. (E.S.A.P.) was recognized by Rear Admiral James Plehal of The Department of Homeland Security for the E.S.A.P program as a world class model for facilities security. Note: Rear Adm. Plehal has served as deputy director of the FBI's National Infrastructure Protection Center where he will continue. The center is charged with protecting the United States' critical infrastructure. Mark Biederman — Operations Manager Mark is the Purchasing Manager/Operations Support for Southern Coatings Inc. He has lived in South Florida about 30 years. Mark graduated from Palm Beach State College in 2015 with an Associate of Science, Accounting Technology. Mark has 8 years of experience with working with financials and 8 years with roofing. Mark manages the A/R, A/P, billing and collections along with general office/clerical duties. He creates invoices, estimates, processes credit cards, posts to accounts, and generates payments. Mark supports the sales team in multiple areas of bid proposals. He consults with internal and external partners to ensure job commencements are accurate and smooth with quality work. Natasha Ponce — Administrative Assistant Natasha graduated from American Continental University in 2010 with her Bachelor's Degree in Interior design. She is currently perusing her Master's in Construction Management at Florida International Uni- versity. Prior to working at Southern Coatings, Inc., Natasha worked 2 years as a project coordinator for the general contractor Atlantic Icon, Corp. who specialized in federal and commercial contracts. As a project coordinator, she obtained her 30 -Hour OSHA certification along with her Construction Quality Control Management for Contractors (CQM-C) certificate. Ed McCormick - Supervisor Maintenance Department Ed is extremely organized and customer service driven. He works closely with owners, property managers, and engineers to achieve a high level of communication and coordination with other vendors throughout the project. Ed has over 30 years of experience at a supervisory level as well as the practical experience. Elesio Cruz Jr.- Supervisor hoofing Department Eeisio is a second generation roofer who worked closely with his father's roofing business at an early age. He is well rounded with knowledge of installation of many systems and a natural leader. He has a clear understanding of the'roofing codes and works well with the local municipalities during the inspection process. He has installation training certification through GAF and holds an OSHA 30 hour supervisor certificate. Roofing Services for Indian River County WWTP Confidential and Proprietary Information Of Southern Coatings, Inc. sci SOUTHERN COATI NGS INC ROOFING Key Management and Supervision Southern Coatings, Inc. has served the residential and commercial roofing industries for almost four decades. We at SCI, take pride in our high level of customer service, attention to detail and accountability, not only in our workmanship, but also in our selection of nothing less than the best products available in the industry for your project. Our highly educated and qualified. management team chooses the best solution for your individualized situation. By continuing f " education, training, and certification on programs ensure that our staff and crews stay current with the latest materials, technologies and safety Nn °— procedures the industry has to offer. All projects are highly monitored for safety compliance not only to ensure the safety of our crews, but also the safety of our clients and their property. Listed below will be the management oversite team for this project. Proem Management and Avers' e Scott Biederman 30 Yrs, Eliseo Cruz Jr. 6 Yrs, Ed McCormack 29 Yrs. ttmptancerml"+"� Mark Biederman 3 Yrs. Vanessa Cruz 3 yrs. 3Mr41DVAL ��`1t'Y`1x�14i�s 1100�Ifp CRR?RItATtON Confidential and Proprietary Information Of Southern Coatings, Inc. 10 ti E `'J�`9L: S0UTHER14 C ttlC 11 A _i :,4 00 �E GlESTin CUT'S After Nearly 40 Years in Business, Southern Coatings Inc. Remains One of the Leading SPF applicators in South Florida's Robust Roofing MarketScott Biederman knew at a young age that roofing was for him. E, A o o]v�5�art}vct,.�� ifiolf lnlo�"i l� ll��� .'Co u 1 WWiVV a(� 3 w k Confidential and Proprietary Information Of Southern Coatings, Inc., 12 SOUTH ERN COATINGSINC ROOFING "I started roofing and selling at 15, and have been doing it ever since," the owner of Southern Coatings Inc. (SCI) said. "I would visit the jobsites after school and clean the grounds to help my father and drop off flyers around the neighborhood. That's when I sold my first job."Shervin Biederman, his father, established SCI in 1978 in Broward County, Fla., and carved out a specific niche that's proven to have staying power nearly 40 years later. Always innovating, Shervin was one of a few at the time to take a chance on urethane foam as a roofing system in south Florida and turned out to be right. Spray foam is a proven system that's specified on many commercial projects, and is a growing business model for established roofing firms as well as the next generation of roofing contractors emerging in Florida. It laid the groundwork for a successful roofing enterprise that the younger Biederman has grown to include services from other markets including metal, shingles, tile, BUR and more. He took control of the company in 2013 and continues the family -business spirit of innovation, com- mitment to high-quality work and willingness to roof anywhere at any time philosophy that he learned from his mentor. Biederman said he vividly remembers one of the company's first large jobs that took workers and his entire family off the American mainland. The project was reroofing the Frenchman's Reef in St. Thomas Virgin Islands. The large, popular beachfront resort overlooks the famous Charlotte Amalie Harbor, and due to the island's heavy reliance on tourism year-round, the project came with an aggressive production schedule. Biederman packed his family up for several months and reroofed the hotel in 1981. The job turned out to be a milestone project and allowed the company to pur- chase much-needed new equipment and invest in other areas. "It gave our family a good start," the younger Biederman reflected. Now the company has roughly 40 employees setup in different divisions: a roofing division that co- vers all installations of commercial and residential projects; a maintenance division that handles repairs, annual maintenance, and urethane foam re -coats; and a separate urethane foam division for new installations. Though hit hard financially by the Great Recession from 2008-11, SCI survived the drought due to its diversity and resiliency, said Heidi Biederman, Scott's wife of 22 years. She for mallyjoined the busi- ness in 2010 and quickly put her hospitality management degree and keen attention to detail to work. Her first task was reaching out to every client in their decades -old database and offering free roof inspections as a way to touch base and generate leads. As a result, the company now offers a comprehensive line of roofing services from installing all roofing systems to providing annual maintenance programs, repairs, and necessary re -coats. Confidential and Proprietary Information Of Southern Coatings, Inc. sci SOUTHERNCQATINGSINC ROOFING Eye on Safety, Education The company's evolution is a testament to lessons learned over nearly four decades of service. Some that were learned the hard way. Biederman said that roughly 20 years ago, SCI was hit with several serious job-related injuries, marking what he described as among the worst business experiences of his career. He responded with a renewed emphasis on safety and took a closer look at all company protocols to make improvements. SCI now has a written safety plan and each crew member is required to pass the OSHA 10 course and complete several safety videos during orientation prior to working in the field. Every supervisor must pass OSHA 30 to stay on the jobsite. A full-time safety supervisor conducts bilingual weekly safety meetings, as well as daily spot-checks on all jobs. Biederman said all crew members are outfitted with personal protective equipment (PPE) and are required to use the appropriate PPE for each job. As a backup, the company's workers' compensation Insurance carrier performs quar- terly spot-checks at the company's request. Incentivizing compliance and performance is key, he said. "All feedback is shared during the weekly meetings where crew members and foreman are recognized for exceptional organization, cleanliness, and safety," he explained. It's not uncommon for gift cards to be awarded for crews to have lunch together, and the company often posts crew photos on the wall at headquarters, on the company website and its Facebook page with honors. 13 The reward system is used to enhance quality as well as safety: Quality control inspections occur during each project, and company officials recognize foreman and crew for exemplary performance. Third - party inspections on commercial work are often required for manufacturer warranties where only a 10 - score out of 10 is acceptable. Continued training including, but not limited to safety, occurs through supplier training courses and cer- tification programs. Suppliers, on occasion, will conduct classroom -style instructional courses in addition to hands-on mock demonstrations where each crewmember participates. Biederman said the spray foam division takes digital courses every two years, and that crew members participate in supplier certification courses and receive handbooks disturbed by the National Roofing Contractors Association. "We create a good working atmosphere by organization and training," Biederman said. "We take our time during the hiring process to try to handpick those who are seeking a roofing career and not just a job." Confidential and Proprietary Information Of Southern Coatings, Inc. s S(10401 ,a SOUTH ERMCOATINQSINC ROOFING Turnover is relatively low, he said, and loyalty is often rewarded as the company regularly looks to promote from within. Employees are encouraged to seek higher levels of education and can even receive company financial assistance. A 401k program with a company match is also in place. Loyalty is also rewarded externally. Biederman said there's also an office policy that basically encourages catering to customers and delivering anything they need in a timely fashion, and in a friendly and professional manner. It's essential to also establish one point of contact with the customer to limit confusion. "We believe giving the customer value for their money of course, by installing proper workman- ship and keeping our word," Heidi explained. "We are willing to go above and beyond for our customers." That helps build strong relationships — some stretching longer than three decades — and es- tablish a healthy reputation that generates leads. Biederman said the company invests in traditional yard signs and banners on active jobsites, but doesn't focus much on advertising in what's historically considered a saturated roofing market. Other than that, Biederman said 99 percent of SCI's busi- ness comes from word-of-mouth marketing and network- ing with builders and property owners. The Cuba Job That networking effort recently paid dividends with anoth- er milestone project — completing a rooftop on the oldest overseas U.S. Naval base,at Guantanamo Bay, Cuba. Guantanamo is a self-contained destination with a secure perimeter marked with electrical fences and armed guards. It's about nine miles long along the southern coastline on Cuba's east end. Biederman earned the job after meeting with the general contractor, Jacksonville -based Ratclliff Construction, Inc. The mission was to reroof the nearly -century old Bayview Club, which served as the officer's club and dining hall for U.S. Navy personnel stationed there. The two-story colo- nial style building had a shingle roof covering roughly 18,000 square feet that was badly in need of repair. SCI offered a standing seam metal roof with a 20 -year warranty, and applied it while other contractors replaced all the siding and windows. Confidential and Proprietary Information Of Southern Coatings, Inc. 0 C 0 SOUTH ERNCOATINGSINC ROOFING "Canvas neighborhoods and take pictures of what you like. We can perform an I Roof of a property showing the customer what their home or building would look like with different roofing systems and colors," he said. He also notes the importance of working closely with suppliers — to the point where he often feels they're on the jobsite with the crew. It's allowed SCI to maintain strong relationships with well-established names in the industry such as ABC Supply, Covestro (which recently sold its spray polyurethane foam system house to Accella Polyurethane Sys- tems LLC), Allied Building Products, IKO, and GAF. He's also working on a succession plan and sought professional help and advice to put in place procedures for the company to continue successfully upon his retirement. 15 "We love what we do and we have a core group of loyal employees who have been with SCI for many years," Biederman said. "We're constantly trying to improve ourselves as a compa- ny in all areas but keeping in mind we want SCI to be a nice place to work." Guantanamo Bay Photos Southern Coatings, Inc. goes off- shore to complete a rooftop on the oldest U.S. Naval Base at Guantana- mo Bay Cuba. This two-story colonial style building had a shingle roof covering roughly 18,000 square feet that was badly need of repair SCI offered a standing seam metal roof with a 20 year warranty. This is a great opportunity for the SCI family to higher and harder pro- jects.. Confidential and Proprietary Information Of Southern Coatings, Inc. � 109 sci SOUTHERN COATI NGSINC ROOFING "They check you all out and are pretty serious about needing to get you clear," Bieder- man said. "And you have to bring everything with you, and more, in case something gets damaged. You can't go run to Home Depot down there." Despite the company's history of work in the Caribbean, it was the type of job that frankly hadn't crossed Biederman's mind largely because Cuban territory was seeming- ly off limits to American businesses since communists seized control in the 1950's. That began to change in 2014 when members of former President Barack,Obama's admin- istration started meeting in secret with Cuban dignitaries to negotiate terms of a possi- ble warming of diplomatic relations that remained icy since the beginning of the Cold War. The result was a formal normalization agreement between the two countries, and re- moval of Cuba from the U.S.'s State Sponsors of Terrorism list in 2015. Being somewhere that you weren't exactly welcome for nearly half -a -century present- ed some interesting tests for the company and its cr`ewmembers, Biederman said. That and the timely thawing of relations with Cuba made the project more special. "I was really excited about it because it's a unique job, and given the timing of it all," he said. Going Higher and Harder Working in unpredictable and stressful settings is noth- ing new to the SCI team. They were reroofing the Broward County Jail in fall of 2005 when — on the heels of Hurricane Katrina, Hurricane Wilma struck and clob- M bered south Florida with 125 mph winds and torrential rain. The storm killed 25 people and cut power to a then -record 3.2 million residents in a 150 -mile span across the state for weeks. Wilma destroyed much of the jail roof and cut off fuel, running water and electricity. As sewage backups and other unsanitary conditions persisted, unrest spread among the inmates within the facility and they started to challenge their jailers. Confidential and Proprietary Information Of Southern Coatings, Inc. rME sci SOUTH ERNCOATINGSINC ROOFING He also notes the importance of working closely with suppliers —to the point where he often feels they're on the jobsite with the crew. It's allowed SCI.to maintain strong relationships with well-established names in the industry such as ABC Supply, Covestro (which recently sold its spray polyurethane foam system house to Accella .Polyurethane Systems LLC), Allied Building Products, IKO, and GAF. He's also working on a succession plan and sought professional help and advice to put in place procedures for the company to continue successfully upon his retirement. "We love what we do and we have a core group of loyal employees who have been with SCI for many years," Biederman said. "We're constantly trying to improve ourselves as a company in alt areas but keeping in mind we want SCI to be a nice place to work." Lexington Hotel & Conference Center Jacksonville, Florida Old Roof With Ofd Brown Mansards New Roof And New Blue Mansards Confidential and Proprietary Information Of Southern Coatings, Inc. 17 sci SOUTHERNCOATINGSINC ROOFING, July 11, 2017 Southern Coatings, Inc. 2241'N.W. 22nd Street, Suite 104 Pompano Beach, FL 33069 RE: Bonding Line Review To Whom It May Concern: Please be advised that upon reviewing and underwriting the corporate and financial information on the above captioned, we would consider bond submissions on an individual basis up to an amount of $750,000.00. Please note that the company's total work load could not exceed $2,000,000.00 which would include the bond submissions. The bonding line is based on current information and is subject to review at the time of the individual bond application and is not to be construed as a commitment on behalf of Lexon Insurance Company or SECURITY BOND ASSOCIATES, INC., to issue any bonds for Southern Coatings, Inc. Please be advised that this letter is not intended to pre -qualify the client for Subcontractor Default Insurance. We accept no responsibility whatsoever as to the qualifying requirements of this client for the underwriting of Subcontractor Default Insurance. If you have any questions regarding the contents on this letter, please do not hesitate to contact the undersigned. Yours truly, Lexon in a ompany kfrton Harris ttorney-In-Fact BH:bb Confidential and Proprietary Information Of Southern Coatings, Inc. 18 Date: 03/05/2018 To: Whom It May Concern Regarding Customer: Southern Coatings, Inc.. To Whom ItMay Concern: This letter is verification that the customer named above has an account with Wells Fargo Bank. This account number ending in -GJ20, was opened 9/24/12 and has a current balance of 6 figures and more. If you need more information, please feel free to call us at 1 800 869 3557. ■ — Pusarral € anker _ f561)620 5740 SOUTHERNCOATINGSINC ROOFING Affirmative Action/K—MaINUMD10MMUT . OO pportu ity olicy , tatement It is the policy of Southern Coatings, Inc. to provide equal employment opportunities without regard to race, color, religion, sex, national origin, age, disability, marital status, veteran status, sexual orientation, genetic information or any other protected characteristic under applicable law. This policy relates to all phases of employment, including, but not limited to, recruiting, employment, placement, promotion, transfer, demotion, reduction of workforce and termination, rates of pay or other forms of compensation, selection for training, the use of all facilities, and participation in all company -sponsored employee activities. Provisions in applicable laws providing for bona fide occupational qualifications, business necessity or age limitations will be adhered to by the company where appropriate. As part of the SCI equal employment opportunity policy, diversity Southern Coatings, Inc. will also take affirmative action as called • for by applicable laws and Executive Orders to ensure that alive minority group individuals, females, disabled veterans, recently N. separated veterans, other protected veterans, Armed Forces service medal veterans, and qualified disabled persons are introduced into our workforce and considered for promotional opportunities. Employees and applicants shall not be subjected to harassment, intimidation or any type of retaliation because they have (1) filed a complaint; (2) assisted or participated in an investigation, compliance review, hearing or any other activity related to the administration of any federal, state or local law requiring equal employment opportunity; (3) opposed any act or practice made unlawful by any federal, state or local law requiring equal opportunity; or (4) exercised any other legal right protected by federal, state or local law requiring equal opportunity. The above-mentioned policies shall be periodically brought to the attention of supervisors and shall be appropriately administered. It is the responsibility of each supervisor of the company to ensure affirmative implementation of these policies to avoid any discrimination in employment. All employees are expected to recognize these policies and cooperate with their implementation. Violation of these policies is a disciplinary offense. Confidential and Proprietary Information Of Southern Coatings, Inc. r bjp,4 SOUTHERN COATI NG SING ROOFING All employees are expected to recognize these policies and cooperate with their implementation. Violation of these policies is a disciplinary offense. The Affirmative Action Officer has been assigned to direct the establishment and monitor the implementation of personnel procedures to guide our affirmative action program throughout Southern Coatings, Inc. A notice explaining the company's policy will remain posted. The policy applies to all employment practices and actions. It includes, but is not limited to, recruitment, job application process, examination and testing, hiring, training, disciplinary actions, rate of pay or other compensation, advancement, classification, transfer, reassignment and promotions. Compliance with this policy is the personal responsibility of all employees, especially those who have responsibilities with regard to the employmerit process. Further, as an Equal Employment Opportunity / Affirmative Action Employer, we will commit the necessary time and resources to meet our responsibilities and obligations. Any employee who does not comply with this policy is subject to appropriate disciplinary action, up to and including discharge. Confidential and Proprietary Information Of Southern Coatings, Inc. pill sci 21 SQUTHERNCOATINGs1Nc ROOFING Becoming a member of the ,Southern Coatings & Roofing sends an important message to our organization's employees and to the communities in which we operate. Team ,SCI will contin- ue to set a high standard when it comes to quality, employee training, and safety for all of our customers. Six Essentials for Five (5) Star Customer Service ! 1). Getting your staff on board with service! • Attitude of Excellent Service Excellent service starts with the attitude of the individual service pro vider (SCI). This session helps learners see the connection between how they feel when receiving good and bad customer service and those feelings of the customers they serve. • Speak well of your organization • Respond quickly and cheerfully to all customers Reprioritize work when customer needs arise 2). Meet and exceed customers satisfaction! • Identifying Customer Needs Identifying the needs of customers is a skill that requires listening and probing. This session provides skill building in understanding how to identify customer needs. • Ask customers probing questions • Recognize all customer needs and respond with respect Identify customer needs expressed verbally and non -verbally 3). Energize your staff to perform award-winning service! • Thoughtful Body Language and Words Most of the communication with customers is through body language. This session provides practice in all areas of body language and words as it relates to service delivery • Greet all customers with a smile • Use a cheerful and enthusiastic tone of voice Practice open and friendly body language and eye contact 4). Every single interaction is an opportunity! • Uncompromising Service at Every Contact Point Each contact point with a customer is an oppor- tunity to delight or disappoint. This session guides learners through a comprehensive analysis of their role, and the service contact points for which they are responsible • Be cheerful at every customer contact point • Keep all customer areas clean and neat Confidential and Proprietary Information Of Southern Coatings, Inc. n� S 0 U T H E R N C 0 A T I N G S I N C ROOFING 5). Be a situation solver! Resolving Conflict 22 Customers get angry and your staff needs the skills to handle them. This session provides learners with a simple process to professionally handle difficult situations without taking the customer's anger personally. Allow angry customers to vent by listening carefully Use problem -solving skills to resolve issues before they escalate Don't take a customer's anger personally 6). Satisfied customers are new revenue generators! • Exceeding Customer Expectations It is the little things that make a big difference. This session focuses on the opportunities to exceed expectations in such a way that customers speak highly of your business to others. • Anticipate needs and special requests • Act quickly to delight customers Shock your customers with great service they do not expect Invest in your people and your organization will reap the benefits! Southern Coating's Customer Service Workshops focuses on building the right skills, attitudes and behaviors to change your "customer service representatives" into "customer focused ambassadors': Confidential and Proprietary Information Of Southern Coatings, Inc. 4 SOUTH ERNCOATINGSINC ROOFING AOFY'Cv�rvA1 Waterstone Resort Boca Raton, Florida Park Tower Condominium Ft. Lauderdale; Florida Confidential and Proprietary Information Of Southern Coatings, Inc. 23 §C0 SOUTHERNCOATINGSINC ROOFING Confidential and Proprietary Information Of Southern Coatings, Inc. 24 M-1 5(co SOUTH ERNCOATINGSINC ROOFING sample Photos of Southern Coatings, Inc. Happy Gustorners :tea: _..- - �c� .,ice r __ : +,U •�- _ 22.Story. Whittington Building Pompano Beach, Florida _ Venetian Gardens Confidential and Proprietary Information Of Southern Coatings, Inc. 25 L�a��irq��v z N Ol SCIExpands, Operations Offshore Southern Coatings, Inc. goes offshore-tocompletea rooftop _ on the oldest U.S. Naval Base at Guantanamo Bay Cuba. This two-story colonial style building`s s had a shingle roof covering roughly 1'8;000 square feet that r was badly need of repair SO ' offered a standing seam metalroof with a 20 year warranty. �r This is a great opportunity for ami/ the SC7f y to higher and 9 harder projects. z N Ol scl S 0 U T H E R N C 0 A T I N G S I N C ROOFING Orlando Science Center 28 7 scl SOUTH ERNCOATINGS1NC ROOFING SCI SOUTH ERNCOATINGSINC Proieet References. Project Name: Waterston Resort & Marina Location: Boca Raton, FL 33432 Owner: Jimmy Martin Completed Year: 2015 Contractor: Prime Project Manager: Scott Biederman Superintendant: Mark Biederman Contract Amount: $1.4 Mil Contact: Jimmy Martin (601) 919-5120 jmartin@awhpartners.com Scope: This is a current project involving the furnishing and installing of an SPF roofing system. Challenges & Resolutions: This roof was 10+ stories high and. on an inlet. leading to the ocean;in Boca Raton. The roof also had a glass atrium which has leaks as well which made it difficult to get to at times and required more detailed attention to various areas. Scott Biederman went out himself on several occasions.to make sure the employees were aware of what safety measures to take. SCI ended up sealing the leaks and repairing the atrium. Confidential and Proprietary Information Of Southern Coatings, Inc. 29 4 sci SOUTH ERNCOATINGSINC ROOFING SCI SOUT.NERNCOAT INGS INC Project Name: Hilton Jackson Hotel Location: Jackson, NIS Owner: N/A Contractor: Prime Year Completed: 2016 Project Manager: Eliseo Cruz Contract Amount:' $377,994:00 Contact: Jimmy Martin (601) 91.9-5120 jmar t€n@awhpartners.cotn Scope: This project involved the furnishing and installing of a metal. roof system for hotel occupancy. Challenges & Resolutions: SCI had to work out of state for this job which. required them to bring equipment close to 1,000 miles away. The building was also occupied with heavy traffic and SCI had to split up the work in 3 shifts with the louder of the work performed at night in order to not disturb the tenants. The morning shifts consisted. primarily of cleaning and preparation for the owners to open. The third shift did the installation along with detail work to complete the roof system. SCI completed. a 3 month roof project in approximately 1 month due to the fact that they worked 24/7.. Confidential and Proprietary Information Of Southern Coatings, Inc. We r—� scl SOUTNERNCOATINGSINC ROOFING SCI S 0 U T H E R N C 0 A T I N G S I N C Project Name: Bayview Club Building 110 —Naval Station Location: Guantanamo Bay;, Cuba Owner: U.S. Navy Contractor: Subcontractor Year Completed: Project Manager: Superintendant: Contract Amount: Contact: 2017 Eliseo Cruz Mark Biederman $229,375.00 Paul Ratcliff (904) 276-2291 rcijaxfa:�aol:com Scope: This is project consisted of installing a standing seam metal roof for the U.S. Navy at Guantanamo Bay, Cuba. Challenges &.Resolutions: The job location was performed in a highly restricted area in a foreign country. It was difficult for the employees to obtain security clearance in a timely manner and along with having to undergo very warm temperatures during the day..Employees were also away from their families for weeks at a time. SCI also had to have material shipped far in advance from Jacksonville and. Virginia down to Cuba which was also an added expense because there were no local hardware stores on the island. SCI resolved some of the challenges by practicing proper scheduling in advance to stay on schedule. Confidential and Proprietary Information Of Southern Coatings, Inc. 31 r— 1 SOUTH ERNCOAT INGSINC ROOFING S.C1 S 0 U T H E R N C 0 A T I N G S I N C Project Name: Lexington Hotel Location: Jacksonville, FL Owner: LexDevCoJax, LLC Contractor: Subcontractor Year Completed: 2016 Project Manager:, Scott Biederman Superintendant: Eliseo Cruz Contract Amount: $932,402.00 Contact: Gary Rito (954) 597-5167 .ritoabrownnester.com 32 $cope This :is project involved the furnishing jand installing of a TPO roof system, for hotel occupancy. Challenges & Resolutions: The roof had mansards that needed to be demolished and replaced with, new mansards.. During construction, the. building .had to remain water tight but unfortunately during that time, the area experienced a category 4 hurricane which put a temporary stop to the construction. SCI responded by having employees occupy the building during the storm and demobilized after the storm to make any necessary emergency dry -ins prior to completing the job because of the storm. Confidential and Proprietary Information Of Southern Coatings, Inc. i SOUTHER NCOATINGSINC ROOFING SCI SOUTHER NC OAT INGS INC Project Name: Joe Bonnie & Son Moving Location: Boca Raton, FL Owner: Joe Bonnie Contractor: Prime Year Completed: 2015. Project Manager: Scott Biederman.' Contract Amount: $121,900.0:0 Contact: Joe Bonnie (561) 716-9516 j oe @ i oebonni emovers. c om Scope: This project involved the furnishing and installing of a singly ply & foam roof system for a commercial warehouse. Challenges & Resolutions: Some of the challenges SCI faced was that there were no major roadways to the jobsite and the roof had no access hatch. SCI had to use a 40 ft. lift in order to access the roof to complete the job. Other construction trades that needed to complete the penetrations caused delays in schedule as well. Confidential and Proprietary Information Of Southern Coatings, Inc. 33 I- laole, scl 34 S0UTHERNC€tATINCSINC SCI S 0 U T H E R N C 0 A T I N G S I N C Project Name: Lauderdale West Location: Plantation, FL Owner: Lauderdale West Community Assoc. Contractor: Prime Year Completed: Ongoing Project Manager: Eliseo Cruz Superintendant: Ed McCormick Contract Amount: $19 Mil Contact: Barbara Bucci (954) 473-8219 bbucca- Iauderdalewest.ora Scope: Currently completed over 200 homes in this large residential community that involve furnishing and installing of tile, shingle, and foam roof systems. Challenges & Resolutions: This residential community is for 55 and older residents and consists of 800+ homes with 166 4plex units that have not been re -roofed in over 20 years. There are many rotten structures; homes are relatively closer together which requires more protection of personnel property .and personal contact with. the customers and neighbors during construction. SCI also encounters many code violations that. need to be corrected from prior construction companies and has found many roofs with poor drainage that also has to be corrected prior to performing their scope of work. , Confidential and Proprietary Information Of Southern Coatings, Inc. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ;> CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BIEDERMAN, SCOTT JAMES SOUTHERN COATINGS, INC. 2241 NW 22ND STREET SUITE 104 POMPANO BEACH FL 33069 Gongr"tulat;ons! Wth this ficense you -legis eine of, Me naa rty . one. mlilion I=loridlana llz,nsed by i17� 13eparirrrier+t of I3uainess and pr io cifessnal Ieglalatiori. 41ar prtrf®sslern�Ils end. bulair!oasFas Via, fr�rir: arehit.� yacht brolr, fcrsr� borers to berb r taurant anti they heap FlffYf a's ar irlorily strong", Ary daay 1'+1e work tri 'm )r¢va $118 YJa wa do bviiness in order to serve you better...For nfbimMon a s1.c�.rt dur sMvioss; please =I auto wwrwm ori"Icenaexorh There- ou can find mor$. 91l rn about our c istons s _tire regal al:s chat Impact youu, subscribe to detppartnla� r� reietter�.and loam mors abaut. �1e Deparfrnents init'latives. Our icrission at the Departfr►errt_is; Vicense Effielen'tly, Regulate Fairly. We constantly -shrive to sanie you better ails that you can serve your cttstoMose ; Tlianky . far doing buslraess in Florida, and ctangfttulatlons on your naw+ ucensei; RICK SCOTT, GOVERNOR (850) 487-1395 STATE OF FLORIDA ! DEPARTMENT OF BUSINESS AND I PROFESSIQNAL REGULATION 1 CCC1330390 MUEO: 406/19/2016 i CERTIFIED ROOI NG CONTRACTOR, SiEDORMAN, SCOTT JAMES, ; { SOUTHERN COATINGS; INC: C R � IS CERTIFIED under the proviaions of Ch.488 FS. �E wWWn date : AUG 31,1 018... _. 118081800(10883 _ ! . DETACH HERE KEN—LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD r 9CC1330380- ' The'ROOFING CONTRACTOR Named Wow IS CERTIFIED Under the provisions of Chapter 489 FS. Expifa#ion date: AUG 31,.2018 81tDERMAN; SCOTT JAMES " SOUTHERN 'GC}ATit<iG;3 INC'b 2241, NW 22NO &TREETI�1G POMPANO BEACH Ft 33069 ISSUED: 06/19/2016 DISPLAY AS REQUIRED BY LAW Confidential and Proprietary Information Of Southern Coatings, Inc. SEQ # L1606190000883 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2017 THROUGH SEPTEMBER 30, 2018 DBA SOUTHERN COATINGS INC Receipt #48S-413 �,,,I/SHEET METAL CON.. Business Name: Business Type: IR00FING CONTRACTOR3 Owner Name: SCOTT JAMES BIEDERMAN Business Opened:03/25/1987 Business Location: 2241 NW 22 ST #104 State/County/Cert/Reg:CCC1 3.3 0 3 9 0. POMPANO BEACH Exemption Code: Business Phone: Rooms Seats Employees Machines Professionals 5 For Vending Business Only Number of Machines' vo„,fl— r....e• Tax Amount Transfer Fee NSF Fee Penalty Prior Years i' Collection Cost Total Paid 27 00 0 00 0.00 0.00 0.00 0.00 27.00 2017 -2018 I 4 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews.Ave., Rm. A-100, Ft. Lauderdale; FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2017 THROUGH SEPTEMBER 30, 2018 3 DBA:. Receipt #: 18 5 - 413 Business Name: SOUTHERN COATINGS .INC Business T ROOFING/SHEET METAL CONTRACTOR. Type: � (ROOFING. CONTRACTOR) Owner Nagle: SCOTT JAMES 13IEDERMAN Bvsiness Opened: 03/25/1987 f Business Location: 2241 NW 22 ST #104 State/County/CerttReg.:CCC1330390 POMPANO BEACH Exemption Code: Business Phone: 9 Rooms, Seats Employees Machines Professionals 5 Number of Machines: Vendin T w7ax Amouni Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 _ Q-1110.00 0.0(J 0'.00 0.00 27.00 Receipt #ICP -16-0.0012630 Paid 07/14/2017 27.00 07/13/2017 Effective Date THIS RECEIPT MIST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name. has changed or you have °moved the i business location. This receipt does not. indicate that the business is legal or that j it is in compliance with State or local. laws and regulations.. Mailing Address: i SOUTHERN COATINGS INC Receipt #ICP -16-00012630 2'241 NW 22 ST #104 Paid 07/14/2017 27.00 POMPANO BCH, FL 33069 07%13/'2017 Effective Date I 2017 -2018 I 4 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews.Ave., Rm. A-100, Ft. Lauderdale; FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2017 THROUGH SEPTEMBER 30, 2018 3 DBA:. Receipt #: 18 5 - 413 Business Name: SOUTHERN COATINGS .INC Business T ROOFING/SHEET METAL CONTRACTOR. Type: � (ROOFING. CONTRACTOR) Owner Nagle: SCOTT JAMES 13IEDERMAN Bvsiness Opened: 03/25/1987 f Business Location: 2241 NW 22 ST #104 State/County/CerttReg.:CCC1330390 POMPANO BEACH Exemption Code: Business Phone: 9 Rooms, Seats Employees Machines Professionals 5 Number of Machines: Vendin T w7ax Amouni Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 _ Q-1110.00 0.0(J 0'.00 0.00 27.00 Receipt #ICP -16-0.0012630 Paid 07/14/2017 27.00 07/13/2017 Effective Date sci SOUTHER NC OAT INGSIN C ROOFING '16-1 CERTIFICATE OF LIABILITY INSURANCE_ 1/4/zo;s/DDYYYY, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemer lsl. 37 PRODUCER BB Insurance Marketing Inc888-728-0817 10167 W Sunrise Blvd 3rd Floor Plantation FL 33322 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS -_... Certificate Department EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ac No t: ac Nc: 954-452-0450 AODREss certiticates@bbimi.com WVD INSURERS AFFORDING COVERAGE NAIC # INSURER A: Kinsale Insurance Company 38920 INSURED Southern Coatings, Inc. 2241 NW 22nd Street Pompano Beach FL 33069 SOUTHERN C INSURERB:Technology Insurance Company - 42376 INSURER C:Bridgefield Casualty Ins Co 10335 INSURER D: INSURER E: NSURERF: _...---- 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. IN TYPE OF INSURANCE A INSD WVD POLICYNUMBER POLICY EFF MM/DDiYYYY MM/DD/YYYY LIMBS A X COMMERCIAL GENERAL LIABILITY 0100026491-2 4/19/2017 4/19/2018 EACH OCCURRENCE $1,000,000 M ORE ED PRAEMISES Ea occurrence 8100,000 CLAIMS -MADE XI OCCUR MED EXP (Any one person) $5,000 PERSONAL B ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICYFX� jE ❑X PRODUCTS - COMP/OP AGG $2,000,000 LOC OTHER: Medical $Excluded B LIABILITY TPPI07056402 4/19/2017 4/19/2018 Es accident $1,000,000 ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ POMOBILE AUTOS AUTOS HIRED AUTOS X AUTOSWNED PROPERTY DAMAGE $ Per accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESSLIAB CLAIMS -MADE AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION 30920 1/1/2018 1/1/2019 %� STATUTE OER AND EMPLOYERS' LIABILITY Y / N E.L. EACH ACCIDENT $1,000,000 AN V P ROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' ❑ N/A E.L. DISEASE EMPLOYE $1,000,000 (Mand s,=in NH) ` ff yes, describe under E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Waterproofing/ Roofing Contractor. General liability coverage includes blanket additional insured, blanket waiver of subrogation, and primary/non-contributory wording for ongoing and completed operations when required by a written contract with Certificate Holder, provided that Certificate Holder is a property owner, property lessee, or contractor, and in accordance with all terms of the applicable endorsements attached to the policy. v R8R1-ZUI4AGUK000KI'UKArIUN. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Confidential and Proprietary Information Of Southern Coatings, Inc. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Southern Coatings Inc THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2241 NW 22nd Street ACCORDANCE WITH THE POLICY PROVISIONS. Pompano Beach FL 33069 AUTHORIZED REPRESENTATIVE i v R8R1-ZUI4AGUK000KI'UKArIUN. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Confidential and Proprietary Information Of Southern Coatings, Inc. sci SOUTHERN COATINGSINC GOOFING r'W-9 Request TaxMer awftlul Ideriffleadon Nor and C rUfta Ion I Ram to tnyt taxWU4t as to irm ft ft WK cyrat�rlgr 9 tr, , C4v1,wwwUftIl ft CST k . y ,j.,c �`'�02 g � WOW � , . � ±+ry>n��r �i -. g}V,.' c fly+ . P ,(�Ty^,+�3� iftwol �y`,.„ (gyp y! {{ ��..yy yam. L.... t`hiraf bQfl't�ar�. M' V s40 UZ. LT V:_TfW �Wx t, alb y✓�y"�sryv�"'3�� 3'RfLOS ��yy .f(R iNV.k?Jlf7lF�76�Idfs�$I?Aii$j ��..�`..}yy,.,, gyp; t � MWirft 2241 %V 22M Sum, +104 PWyyr�4w io $Wtk FL 3 3 biSk tori /v�{�f fiAw ywo TW to b= ft TIN paAftl mat math ft am Wm an be 1 &9 1 ba*p WMXAftFra to yaw weWaft mmftr M Mww4w.Wa Maum *#14y, a P44t t a w } 3.(�4F,*War tM�syog {{{{ ,� yy,/gyy ��,�,w.�.y�� RW;ygw.�� •N f�V:z ha*a s ftwtogda yyOy�� iN g & NOW fftt! aCC0WflbhOW8 a 1 M t Wp 4 C I.It* rwrrr aft"sat oft I&MIs awawfed tMqMw WMAftev= wxfto ('t am wa" kf 8 OXWW €ttbebwtdtoM* OW I—rwA t* WWWWWOV bvoww, 00 1 a wArq9kmb arp ' w thmml bun noMetbyft 9 vgQ*1 to bQdWwwftwwQ a aMMA ofa Mum to mWd kft*94r its a(Oft M 1wtw1kd m Md t em rfCJk,,w WAIW to b'ALd,40 wwftwg W4 3, lama UP triU.& a 4. The FATGA j mot ft torr Of aro ktaft awd I am mmo Mom Fff r to owwAaa bmwaaft Y "W VMVA sera2oboe #ytrahMb by rum asb iswwxk* p yw two 11AW to f4wo 49 fragrant crdwaa. ftroatoft trsmaftw, wM 24M . rw t9 aw am mved a - pts ov nd P� to t Ow � W fist t'/Saf4 w TK Ow za�atNo 3. ✓ i t� : t l 1. ft IMM Field-$#tM " Confidential and Proprietary Information Of Southern Coatings, Inc.- 38 sci SOUTHERNCOATINGSINC ROOFING The listed below are fundamental tools to be provided to the Southern Coatings and Roofing, Inc. Following is a roofing tools list of basic equipment, commer- cial roofing tools, and the special items required to perform most roofing speci- General Equipment used by Southern Coatings, Inc. Ladder (30' to 40') — used for access to the roof. Choose the most stable, heavy-duty model you can find. Do not skimp on safety for you or your employees. ❑ Hard hats — head protection generally required when working on new construction. Many industries require that hard hats be worn by crew in all plant manufacturing ar- eas. Ensure the hard hat is OSHA approved. ❑ Soft -soled, steel -toed shoes — should be worn to provide 39 maximum traction on the commercial roof, protect your feet, and prevent damage to the newly -installed roofing system. ❑ Caulking guns — required to dispense caulk from tubes. A high-quality caulking gun such as one made by COX or Albion will speed your project and add more money to your pocket. ❑ Paint brushes — used to apply bulk caulk and coating in detail areas. ❑ Electric or cordless drill and assorted drill bits and drivers — used to drill holes in con- crete, metal, etc., for securing blockings. May also be used to install screws and fasteners as needed. Mixing attachment is needed to agitate products before application. Helpful hint: Make sure the extra battery for your unit is also charged. ❑ Pop -rivet gun — used in the attachment of sheet metal work. ❑ Wheelbarrow — used in carting aggregate, debris, roofing materials, etc., across the roof. ❑ Scissors — used to cut fabric. Long -bladed fabric shears work best. ❑ General tool kit — should include hammers, mallets, hacksaw, screwdrivers, chisels, punch- es and an assortment of wrenches. A coring tool for taking cores and roof samples, a black sharpie pen, utility knife, gasoline or other cleaner and baggies to keep the samples separated. You should also have a box of baggies for samples that may need to be taken. ❑ Roof hoist — extremely helpful in raising and lowering equipment and supplies from roof deck. ❑ Bunghole mixer — mixing blade attachment for electric drill. Pre -Inspection Tools Confidential and Proprietary Information Of Southern Coatings, Inc ha 4 ss `� maximum traction on the commercial roof, protect your feet, and prevent damage to the newly -installed roofing system. ❑ Caulking guns — required to dispense caulk from tubes. A high-quality caulking gun such as one made by COX or Albion will speed your project and add more money to your pocket. ❑ Paint brushes — used to apply bulk caulk and coating in detail areas. ❑ Electric or cordless drill and assorted drill bits and drivers — used to drill holes in con- crete, metal, etc., for securing blockings. May also be used to install screws and fasteners as needed. Mixing attachment is needed to agitate products before application. Helpful hint: Make sure the extra battery for your unit is also charged. ❑ Pop -rivet gun — used in the attachment of sheet metal work. ❑ Wheelbarrow — used in carting aggregate, debris, roofing materials, etc., across the roof. ❑ Scissors — used to cut fabric. Long -bladed fabric shears work best. ❑ General tool kit — should include hammers, mallets, hacksaw, screwdrivers, chisels, punch- es and an assortment of wrenches. A coring tool for taking cores and roof samples, a black sharpie pen, utility knife, gasoline or other cleaner and baggies to keep the samples separated. You should also have a box of baggies for samples that may need to be taken. ❑ Roof hoist — extremely helpful in raising and lowering equipment and supplies from roof deck. ❑ Bunghole mixer — mixing blade attachment for electric drill. Pre -Inspection Tools Confidential and Proprietary Information Of Southern Coatings, Inc 4W scl 40 SOUTHERNCOATINGSINC ROOFING Moisture Detection Tools In determining the soundness and dryness of a roof surface and underlying insulation, a device such as a Delmhorst meter is indispensable. These meters measure the moisture content of roofing materials. Moisture Meter FUR MR160 Imaging Roof Cleaning Equipment The commercial roofing tools and equipment listed below are needed for proper preparation: Stiff bristled hand broom — used for sweeping gravel and loose debris from the roof surface. Power broom — large motorized rotary brush used for thorough sweeping of large commercial roof areas. It weighs 400 to 500 pounds and requires use of a roof hoist. Spud bar (hand) — a long -handled, flat -bladed device used in much the same manner as an ice scraper for chip- ping and loosening embedded gravel. Power spudded — a motorized device which looks like a rotary lawn mower with steel blades. It removes embed- ded gravel quickly and completely. It weighs 300 to 400 pounds and requires use of a roof hoist. Garden hose with nozzle — used in conjunction with a hand or power broom for washing and scrubbing the sub- strate to remove all adhered or embedded dirt and contaminants. Shovel — used for removing aggregate and debris from the roof surface. Choose a sturdy industrial model. High pressure washer — machine to disperse water at very high pressure; used for water -blasting embedded dirt and poorly -adhered material from the roof surface. Vacuum/Hydrovac — Vacuum is a large truck or trailer mounted vacuum cleaner utilizing long, flexible hoses to vacuum loose aggregate from the roof surface. Note: Due to .high equipment cost, this procedure .is usually subcontracted. Hydrovac is an advanced vacuum which simultaneously vacuums loose material while washing and scrubbing the commercial roof with a rotating steel power broom and water spray attachment. The power broom and water serve to scrub the surface and flush out embedded dirt, which is then vacuumed away. This is a superior cleaning system, which does not introduce an excessive amount of water onto the roof, thereby avoiding delays due to a damp substrate. Backpack blower — a lightweight, motorized air blower which is strapped to the worker's back, freeing the hands to use the flexible hose to blow loose debris from the roof surface. 1 Air compressor — a large air compressor usually powered by a gasoline/diesel engine capable of producing a minimum air pressure of 100 psi with a minimum volume of 1.00 cfm. This high air pressure is used to blast loose material and debris from the roof surface. Trash chute — can be purchased or constructed from plywood and 2"x4" lumber. It is used to safely lower trash and debris from the rooftop to the truck or dumpster. Dumpster or truck — a dumpster, which can be rented, or a truck, which can be rented or purchased, is required when removing a significant amount of material from a roof. Roofing Services for Indian River County WWTP Confidential and Proprietary Information Of Southern Coatings, Inc. i S 0 U T N E R N C 0 A T I N G S I N C ROOFING Application Equipment Is Paint typeroller,—V or IV, paint roller frame wilizing I" or 1 '/4" nap rollers. Theseway be used to apply any liquids • Large paint pan — for use vvith rollers. • Airless sprayer — used for applying liquid coating to the roof surface. It can be used for application of an Conklin liquid -applied roof coatia,95,The specifications for this ,sprayer are: C �adtv —!Interior paints — minimum of one gallon per minute (I gpm) Roof Coatings — minimum at tvio, gallons per minute (2 gpm) Pressure — Interior paints — minimum pressure 2,000 psi Roof Coatings — minimum pressure 3,000-5,000 psi Nozzle or do size, commonly .031 to 034 Set-up and use of this equipment shauEd be accomplisned in accordance with manufacturer's directions. Seam rolkerai small h=d'-tddr0ff, vmAtysilime fret- used to piess or mall the dMing, tbf welding praccess- 0 Hot air gun —'Ike eircatc hot air gun is used to bmt weld single ply systems SPECiFICATIONS FOR 1 HE STEINEL HG2300 Heating Gun: Voltage: '120 V Output: '1750 W Max Temp: 1250 degrees 91700 degrees C Max Air Flow: f 5A Lfm Arr Pressure, 3,101111 Pa Motor Brushless.,15= hours + Roof'Removal Equipment • Spud bar 11nad) — along4=,dled, fat -bladed device used in much the s=t manner as an ice scraper far cluppiag and laosemagg wibed&daggregate and fir cutting built-up roof into sectiolys for removal • Power roof cutter - agawliae: engine-pmwered cutter, whicb is used for cutting cxisfiog,roofiag matenaliato Small :set' for easier removal. WeiAs 100 to 400 pounds and requires use of 2 roofhoist or an Enforcer that is a walk-belikd power that Twill e&sewialjy-ie=je the top part of the coating Of SysteaL • Pry -bar -a kW-h=dled mer,211bar ussed fpr M� riag up sections ofa built-up roof A spud bar may also'be used for this purpose. • hatchet - rased for cutting exivDing w0fing materials such as built-up roofs into small sections for easier ztmoval_ • Mwd broom used fou sureeping . gravel and Boose &!bAs ftm the roof surAce. • Linoleura-type knife -,a stiXsboa_bladed lift for curing asphalt material such as built-up rood, rolled roofm. dc. N, ji 10 FRI Confidential and Proprietary Information Of Southern Coatings, Inc 41 Sci SOUTHERNCOATINGSINC ROOFING SCI Truck Mount Units In order to. earn the WNCO designation "Big Dog" a generator has to meet two criteria. First it has to be among the most durable and dependable generators in the market and secondly it has to produce big power. 81 DCG The WL1800OVE passes both tests effortlessly. At 62.6 continuous amps this generator is at home with demanding loads. It has proven itself ...�, in the field in spray foam, agricultural, and roofing. applications, A durable Vanguard 31 HP engine with a reliable inherently regulated brushless generator end allows this generator to withstand harsh environments where other generators fail. The most important proof of the quality of this generator is in your.ap.plication. Put the WL18000VE to work in your business and watch the hour SCI Trailor Mount. Units The Triton name is known for -being :a leader. The trailers themselves are an emblematic symbol of what a quality trailer sh:ouid.look like. Trailers by Triton Power are designed to fit our diesel generator line for easy mobility. If you need power generation. on the move this is the way to achieve. it: Each of our generators can be matched to'a traiier.and built with cables to plug into transfer switches at multiple sites. These heavy duty trailers are built to last and an effective way to move your generator around. TRAILERS Setting trusted standards for quality, durability and dependability over time. Triton stands up to. the lifestyle demands of our customers: Confidential and Proprietary Information Of Southern Coatings, Inc. Members Of 42 ACCO '. SOUTHERNCOATINGSINC ROOFING. Roofing Services for Indian River County WWTP , Confidential and Proprietary Information Of Southern Coatings, Inc. 4001" f)CQ SOUTHERNCOATINGSINC ROOFING 4 IS u -1 All I [IN ME 'ER&9(:-G- TRUC Confidential and Proprietary Information Of Southern Coatings, Inc. 44. __awl ow 5(00 SOUTHERNCOATINGSINC ROOFING, R009 , NO SPECIALIS-1", 7 TS Sr,4CC AIM A -q M)A Confidential and Proprietary Information Of Southern Coatings, Inc. 45 5co SOUTNERNCOATINGSINC ROOFING Roofing Services for Indian River County WWTP Confidential and Proprietary Information Of Southern Coatings, Inc. M - l SOt1THERNCOATINGSING ROOFING =*'Ru lios�Can Since 886..o� ortb t ici`s.i t roofing Manufacturer June 12, 2017 Southern -Coatings Inc 2241 NW 22nd St Ste 104 Pompano Beach, FL 33069 (954)984-0100 Subject: Contractor Certification To Whom. It May Concern: This is to confirm that Southern Coatings Inc of Pompano Beach, FL is a GAF Master Roofing Contractor for Single Ply, United CoatingsTm, RUBEROIDS and GAFGLASe Roofing Systems. Southern Coatings Inc is eligible to obtain a GAF Diamond Pledge (NDL) guarantee for up to 20 years provided that all current GAF application and specification requirements are met and procedures followed. If you have any questions please call I-800-766-3411:. Thank you for choosing GAF. Sincerely, Jim Slauson Vice President, Certification Programs GAF Confidential and Proprietary Information Of Southern Coatings, Inc. 47 Sci SOUTHERNCOATINGSiNC ROOFING y The aforementioned has atihieved the status of Authorized Roofing Contractor for GIMP Commercial Roofing Products Division),. North America's Largest nosing Manufacturer, They have pledged to insure that each customer receivestheir'be and serest choice' in roofing, Ce;finbfior: ":28760 Reb!-tR.T& > jaW, I S':anson y*','IW4CbrS5b8.Pto 6Svvk,GAS Confidential and Proprietary Information Of Southern Coatings, Inc. 48 scl SOUTNEHNCQATINGSINC ROOFING Scott Biederman .Southern Coatings, Inc. 2241. Nw 22nd St Ste 104 Pompano Beach, FL 33'069 Dear Scott; Congratulations, Southern Coatings, Inc. has been renewed as an American WeatherStar Platinum Contractor. Enclosed is a col.yy of your 2017 Certificate. This copy is provided For your frame. If you need more copies. just let us know. The Platinum designation is new for 2017. To he designated as a Platinum, Contractor, AWS has carefully reviewed all documentation provided at the tune of application and/or reviewed inspections performed by our third party inspector over the previous period. Platinum status gives you a distinct advantage over regular Contractors and Applicators. Platinol status gives you the ability to install Amerieain Wcathe'rStar Systems backed by American WeatherStar's StarGard Labor and. Material Warranty. We are very proud to have Southern Coatings, Inc. as a Platinum[ Contractor at American WeatherStar. Our commitment to our Platinum Contractor is second to Mone. We will be there to support you from, lead generation to technical services, order entry .through shipment of material, and to the completion of You]- project and the issue of your StarGard System Warranty. .Don't forget about the secure contractor's site. Froin the AWS homepage—just click on "Contractor Login". Your username is your email address and your password is your account number. This will give you access to pricing, equipment, warranty applications, order processing and your Contractor Folder: 'This' folder contaims customized literature you can use when making presentations. Thank you fon` the opportunity and we look forward to working with you. Sincerely, National Sales Manager American Weatl erStar PO Box 6256 Mobile, AL 36660 Phone: 800-171.-6643 Fax- 251479-3602 .,a le. C)wcatlrei•st�ir.net ermericariwa#licrs lar.c:()rn Confidential and Proprietary Information Of Southern Coatings, Inc. ® lru�,��=__,►r�rt�roofin.c����Et 49 McA-Ale, Al, 36660 lei: 800,7/ 1,664'3 lox: 2.51.4./93602 Scott Biederman .Southern Coatings, Inc. 2241. Nw 22nd St Ste 104 Pompano Beach, FL 33'069 Dear Scott; Congratulations, Southern Coatings, Inc. has been renewed as an American WeatherStar Platinum Contractor. Enclosed is a col.yy of your 2017 Certificate. This copy is provided For your frame. If you need more copies. just let us know. The Platinum designation is new for 2017. To he designated as a Platinum, Contractor, AWS has carefully reviewed all documentation provided at the tune of application and/or reviewed inspections performed by our third party inspector over the previous period. Platinum status gives you a distinct advantage over regular Contractors and Applicators. Platinol status gives you the ability to install Amerieain Wcathe'rStar Systems backed by American WeatherStar's StarGard Labor and. Material Warranty. We are very proud to have Southern Coatings, Inc. as a Platinum[ Contractor at American WeatherStar. Our commitment to our Platinum Contractor is second to Mone. We will be there to support you from, lead generation to technical services, order entry .through shipment of material, and to the completion of You]- project and the issue of your StarGard System Warranty. .Don't forget about the secure contractor's site. Froin the AWS homepage—just click on "Contractor Login". Your username is your email address and your password is your account number. This will give you access to pricing, equipment, warranty applications, order processing and your Contractor Folder: 'This' folder contaims customized literature you can use when making presentations. Thank you fon` the opportunity and we look forward to working with you. Sincerely, National Sales Manager American Weatl erStar PO Box 6256 Mobile, AL 36660 Phone: 800-171.-6643 Fax- 251479-3602 .,a le. C)wcatlrei•st�ir.net ermericariwa#licrs lar.c:()rn Confidential and Proprietary Information Of Southern Coatings, Inc. ® lru�,��=__,►r�rt�roofin.c����Et 49 Y American W-eatherStar Platinum Dealer of fluid -applied and spray foam roofing systems This designation is in effect for a period of one year from the date of certificate, and is to be renewed annually. We are honored to have Southern Coatings, Inc. as a Platinum Dealer. AWS DEALER SINCE 911612016 J, IDENTS September 19, 2016 DATE OF CERTIFICATE "'V AMERICAN WEATHERSTAR P'l ATINUM`I DEALER S 'A,j� This certifies that Southern Coatings, Inc. has successfully met all requirements to become an IX American W-eatherStar Platinum Dealer of fluid -applied and spray foam roofing systems This designation is in effect for a period of one year from the date of certificate, and is to be renewed annually. We are honored to have Southern Coatings, Inc. as a Platinum Dealer. AWS DEALER SINCE 911612016 J, IDENTS September 19, 2016 DATE OF CERTIFICATE Ln 0 rt M j Ln 0 scl SOUTHERN COATI NGSiNC ROOFING RMEHICaN UtEpTNERSi GAS PLAI'0121NUM U440�TRACTOR- I SouthernCdtings, Inc, has su sstullvmei all rquiremertisaecmar, Ame r carp atherStar PlatinUM Contkior of fluid -applied roofing ays s This desipgon is in2CtI { ddone pffomtedateelcefficae, and istoberenwed aniivally, We are hoaared to have smiles togs" In as a pllaflnum Cott. M'5 DcAE E4 S tiCw 91112 6 'w='' ArMVED CO rr�ACTO1;` Jar,um,10, 2 7 V DAT E. OF Cd xI1FICAT E Confidential and Proprietary Information Of Southern Coatings, Inc. 51 Qualified Preferred Contractor Southern Coatings Inc. Quest Construction Products acknowledges Southern Coatings Inc. as a member of our, Preferred Contractor Program, as they have been recognized in the market for their high Ievel of craftsmanship and service. Q1 50065 Issued; September 25 2015 GUIE 0*. Quest Construction Products Preferred status is evaluated on a yearly basis. CONSTRUCTION PRODUCTS Ln N 53 SOUTHERNCOATINGSINC ROOFING 1 Ocu Safety Bucks Bingo SOOTHERHGOAfkHGSfRC. ROOFING - = - J At Southern Coatings, Inc. we also try to enforce our commitment to Safety through a motivational program which we call Safety Bucks Bingo. All employees have the opportunity to Safety and win cash prizes of a paid day off. The idea is to get a bingo on your playing card and turn it in for your prize; the drawback is the game is cancelled company -wide whenever there is lost time injury. This program and it's underlying systems of educa- tion and enforcing safe practices has helped us substantially reduce our worker's claims and lost time injuries resulting in more efficient, safer employees company wide. Southern Coatings, Inc. Commitment SCI Management considers creating a safe work working environment and accident control essential both for humanitarian and economic reasons The health and safety of SCI employees, customers, and the general public are of the utmost importance to our company. Our safety applies to all our departments and operations. The cooperation of all employees is expected and required, SCI management staff is held accountable for the successful implementation and follow-thru of the safety program. Supervisors shoulder the burden of making policy company practices. -01 4001, 9)(CP SOUTH ERNCOATINGS€NC ROOFING Employee and Safety and Training Program Sample 4 Complete Safety Program Will Be On a Disk Format Due to Size National Roofing Contractors Association ac of ttr/dfYonal �y t caft to safety % N Confidential and Proprietary Information Of Southern Coatings, Inc. 54 -01 5(0-C0 55 SOUTH ERNCOATINGSINC ROOFING American Safety Solutions Employee Orientation and Basic Safety Standards Psi? • I a♦ 2' V Lk3 ,• e .i4L� f W�=.�?.x?�" • e Standard safct3 concerns to be taught at SCI Hazard Communication Employee Responsibilities Public Protection Material Safety Data Sheet (MSDS) Housekeeping FallProtection Warning Line Systems Safety Monitor System Guardrail Systems Skylights and Roof Openings Personal Protective Equipment HotAsphalt Safety Luggers and Mop Carts The Hot Pipe Burns from Hot Asphalt or Coal Tar Pitch Choosing the Right Fire Extinguisher Flammable and Combustible liquids Roof cutters and Power Brooms Electrical Safety Power Tools Hand Tools Ladder Safety Sheet Metal. Safety Heat Stress Back- Injury Prevention. Accident Investigation Confidential and Proprietary Information Of Southern Coatings, Inc. SC1 SQUTHERNCGATINGSINC ROOFING Committed to Sustainable Business Principles and Innovation To ensure the highest level of commitment towards sustainable building practices, environmental pro- tection and corporate social responsibility, SCI maintains a transparent 11 practice what you preach" approach. From our everyday operations at the. corporate headquarters all the way down to our daily work staff, we take pride in our efforts and will continue to seek opportunities to promote environmentally sound building practices. Our sustainability efforts are core to our company's vision and beliefs. Because of our core values, our commitment to providing our clients with services that ad- dress their triple bottom line (social, economic, and environmental goals), makes us an attrac- tive service provider and leads to more growth opportunities for us and for our clients. Together, these three core values driveour leadership, business practices, and culture. They also form the solid base for our commitment to sustainable programs and support our pursuit of ongoing growth. And, like the three sustainable motivators - people, environment, and growth - our core values i ntersect a nd permeate everythi ng we do. 1. Our core values exemplify our commitment to sustainability. Our policies, programs, and practices comply with laws, regulations, and good practices of sustainability. 2. We seek broad, deep capabilities and services We seek to offer best -in -class capabilities in all aspects of sustainability. We learn from ongoing research and study industry developments. And, we benefit from opportunities to share best practices internally and with clients. 3. Sustainability is integrated into our busi- ness. We integrate appropriate sustainable practices, including continuous perfor- The Spray Foam mance improvement processes, into our E� Roofing Process work processes and programs 4. We strive to broaden our sustainable influ- ence. We train and educate employees on current principles, safety, technologies, and best practices that support sustainabil- ity. We seek to advise and educate custom- ers on their best options . , ,�`"'..�• - ria 5. Our principles and operations follow sus- tainable principles. We apply economically sustainable principles to our business, use a renewable recourses and minimize waste. Our activities are undertaken with commit- RMAMir ment to prevent serious or irreversible impacts on our environment. Confidential and Proprietary Information Of Southern Coatings, Inc. 56 BOARD OF COUNTY COMMISSIONERS September 11, 2018 via Email Southern Coatings, Inc. Attn: Mr. Scott Biederman 2241 NW 22nd Street Pompano Beach, FL 33069 NOTICE OF AWARD Reference: Indian River County Bid No. 2018074 Indian River County West WWTP Roof Replacement Dear Mr. Biederman: It is my pleasure to inform you that on September 11, 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. Current W-9. 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 for a 30 day Notice of Cancellation. Please submit the W-9, 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, September 26, 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 H Purchasing Manager Office of Management and Budget a Purchasing Division 1800 27h Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com Bid No. 2018074/IRC-1803 AGREEMENT 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 Southern Coatings, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: PROJECT DESCRIPTION: Project consists the replacement of the Control Room roof at the Indian River County West Wastewater Treatment Plant located at 8405 8`h Street, Vero Beach, Florida, 32968. Work includes the removal and disposal of the following: existing shingles, underlayment, sheet metal flashings, trim, gutters, downspouts, and gutter edge wood facia boards. Repair of existing substrate as needed and installation of the following: underlayment, shingles, sheet metal flashings, trim, gutters, downspouts and gutter edge wood facia boards. ARTICLE 2 - THE PROJECT The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT (IRC -1803) Bid Number: 2018074 Project Address: 8405 eHSTREET, VERO BEACH, FLORIDA32968 ARTICLE 3 - CONTRACT TIMES 3.1 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 specifications are of the essence of theAgreement. 3.2 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 30"calendar day after the date when the Contract Times commence to run as provided in the Notice to Proceed and completed and ready for final payment in accordance with the Notice to Proceed on or before the 45"calendar day after the date when the Contract Times commence to run. Page 24 of 34 Bid No. 2018074/IRC-1803 3.3 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 3.02 above, plus any extensions thereof allowed in writing as a change order to this Agreement. 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 956.00 for each calendar day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 4 - CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph 4.01.6, 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 Documents: Numerical Amount: $ 40,197.00 Written Amount: Forty Thousand One Hundred Ninety Seven Dollars & 00 Cents ARTICLE 5 - PAYMENT PROCEDURES 5.1 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 Bid and Specification 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. Page 25 of 34 Bid No. 2018074/IRC-1803 5.2 Pay Requests. A. Each request for a progress 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. 5.3 Paragraphs 5.01 and 5.02 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. 5.4 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Agreement 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 this Agreement, the Invitation to Bid or the Public Construction Bond. ARTICLE 6 — PUBLIC CONSTRUCTION BOND 6.1 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. If bid does not exceed $100,000, no Public Construction Bond will be required. A. 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. Page 26 of 34 Bid No. 2018074/IRC-1803 B. Such Bond shall continue in effect for one (1) year after acceptance of the Work by theOWNER. C. 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. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its commissioners, officers, employees, and agents, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the Work. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.1 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 Invitation to Bid 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 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. E. 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. 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. G. 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. Page 27 of 34 Bid No. 2018074/IRC-1803 H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. I. 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 9.1 Contents A. The Contract Documents consist of the following: (1) Invitation to Bid 2018074; (2) CONTRACTOR'S Bid Form (pages 12 to 14, inclusive); (3) Bid Bond (page 15); (4) Drug Free Workplace Form (page 16 ; (5) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 17 to 18, inclusive); (6) Bidders Qualifications Questionnaire (pages 19 to 22. inclusive); (7) List of Subcontractors (page ?J3; (8) Plan set follows: Sheets R1, W1• and D1 with each sheet bearing the general titleof COUNTY WEST WWTP: (9) Project Manual: PREPARED BY REI ENGINEERS: (10) This Agreement (pages 24 to 32, inclusive); (11) Certificates of Liability Insurance (page 33); (12) Notice to Proceed (page 34); (13) Addenda (if applicable) to (14) 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) Page 28 of 34 Bid No. 2018074/IRC-1803 ARTICLE 10 - MISCELLANEOUS 10.1 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 10.2 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement 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. 10.3 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. 10.4 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. 10.5 Venue A. This Agreement 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 Agreement 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. 10.6 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 theservice. (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 bylaw. Page 29 of 34 Bid No. 2018074/IRC-1803 (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains. public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 pu blicrecords@irc,gov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. ARTICLE 11- TERMINATION OF CONTRACT A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide the OWNER with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the OWNER may have under this Contract or under law: (1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any provision(s) of the Contract Documents; (2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if CONTRACTOR assigns this Contractor any money accruing thereon or approved thereon; or (5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of his property. (6) if CONTRACTOR fails to pay subcontractors, materialmen and/or suppliers on a timelybasis. Page 30 of 34 Bid No. 2018074/IRC-1803 B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10) calendar days to cure the default to the reasonable satisfaction of theOWNER. C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the OWNER may authorize CONTRACTOR to restore any work sites. D. The CONTRACTOR shall be liable for: (1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new contract;and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; (3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to enforce its rights herein. E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue the work and immediately cease ordering of any materials, labor, equipment, facilities, or supplies in connection with the performance of this Contract. Upon such termination Contractor shall be entitled to payment only as follows: (1) the actual cost of the work completed in conformity with this Contract and the specifications; plus, (2) such other costs actually incurred by CONTRACTOR as are permitted by the prime contract and approved by the OWNER. Contractor shall not be entitled to any other claim for compensation or damages against the County in the event of such termination. [The remainder of this page was left blank intentionally] Page 31 of 34 Bid No. 2018074/IRC-1803 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 September 11 2018 (the date the Agreement is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: +l���\'M CoAf""". CONTRACTOR: INDIAN RIVER COUNTY :� Southern Coatings, Inc. By: gy; Southern Coatings, Inc. Peter D. O'Bryan, Chairman •�;F9 •.. �p?�• • (Contractor) C'OUNTY, F�� •' By: Jaso,p,E-`6,rown, CouM�wnistrator (CORPORATE SEAL) APPR T FORM EGA FFICIENCY: �y Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller 0/)h Attest: Deputy Clerk (SEAL) Designated Representative: Name: Richard B. Szpyrka, P.E. Title: Public Works Director Address: 180127th Street. Vero Beach, FL 32960 Phone:(772) 226-1234 Email: rszpvrka@irceov.com 4 Attest X �/------- Address for giving notices: Southern Coatings, Inc. 2241 NW 22nd Street Pompano Beach, Fl. 33069 License No. CCC #1330390 (Where applicable) Agent for service of process: X Designated Representative: Name: Scott Biederman Title: President Address: Southern Coatings, Inc. 2241 NW 22nd Street Pompano Beach, Fl. 330690 Phone: 954 - 984 - 0100 Email: scott@SCIROOF.com (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) Page 32 of 34 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) �...� ,104/I /4/2018 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 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). PRODUCERCertificate Department BB Insurance Marketing Inc888-728-0817 rAA954-452-0450 10167 W Sunrise Blvd A/C No Ext : A/C No): 3rd Floor ADDRESS:certi Icates Imi.com Plantation FL 33322 INSURERS AFFORDING COVERAGE NAIC # THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INSURERA:Kinsale Insurance Company 38920 INSURED SOUTHERN C Southern Coatings, Inc. 2241 NW 22nd Street Pompano Beach FL 33069 INSURERB:Technology Insurance Company 42376 INSURER c :Bridgefield Casualty Ins Co 10335 INSURER D INSURER E: INSURER F: roVFRA(:FC (`FRTImrATC K11111ARCD• riQiiiQann POLICYEFF_POLI 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. UL OB POLICYEFF_POLI - LTR TYPEOFINSURANCE INSD WVD POLICYNUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 0100028491-2 4/19/2017 4/19/2018 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR AMA NTED PREMISES Ea occurrence $100,000 MED EXP (Any one person) , $5,000 PERSONAL 8 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY � PRO- PRODUCTS - COMP/OP AGG $2,000,000 I LOC OTHER: Medical $Excluded B AUTOMOBILE LIABILITY TPP1070564 02 4/19/2017 4/19/2018$ Ea accident 1,000,000 ANY AUTOBODILY INJURY (Per person) S ALL OWNED SCHEDULED BODILY INJURY (Per accident) S AUTOS AUTOS Ix HIRED AUTOS %� AUUTOSWNED PROPERTY DAMAGE $ Per accident UMBRELLALIAB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ EXCESSLIAB AGGREGATE $ DEDRETENTION $ $ C WORKERS COMPENSATION 30920 1/1/2018 1/1/2019X PER TH- AND EMPLOYERS' LIABILITY ,, / N STATUTE ER E.L. EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N / A (Mandatory in If yes, describe under E.L. DISEASE - EA EMFLLOYEIf$1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 1 $1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Waterproofing/ Roofing Contractor. General liability coverage includes blanket additional insured, blanket waiver of subrogation, and primary/non-contributory wording for ongoing and completed operations when required by a written contract with Certificate Holder, provided that Certificate Holder is a property owner, property lessee, or contractor, and in accordance with all terms of the applicable endorsements attached to the policy. CFRTICI(`ATC Ur%1 nCn -- ""----" %,AIVI.GLLA I ILJN - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE AditionallnsuredforAutomobile THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The Indian River County Board ACCORDANCE WITH THE POLICY PROVISIONS. of County Commissioners AUTHORIZED REPRESENTATIVE - ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Bid No. 2018074/IRC-1803 NOTICE TO PROCEED Dated TO: (BIDDER) ADDRESS: Contract For: INDIAN RIVER COUNTY WEST WWTP ROOF REPLACEMENT Project No: IRC -1803 IRC Bid No. 2018074 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 30 calendar days for Substantial Completion of this project and 45 calendar days for Final Completion. In accordance with Article 3.2 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 "Instructions to Bidder, General Terms and Conditions" 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 6 of the Agreement. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (Owner) (Authorized Signature) (Title) Page 34 of 34:. PROJECT MANUAL FOR El 0RX Indian River County West WWTP Roof Replacement July 13, 2018 IRC PROJECT NUMBER 1803 REI PROJECT NUMBER 018TPA-009 s E N G I N E E R 5 FLORIDA ENGINEERS LICENSE #26860 Engineering solutions for tomorrow'" 10150 Highland Manor Drive, Suite 200 reiengineers.com Tampa, FL 33610 813.944.2137 SECTION 00 0107 SEALS PAGE �tjJ11 a 1ir11iI� � FtENlv/j�� .� �.Q'.•'�GEN3 •F9 �. No 79869 PROFESSIONAL ENGINEER = 3 STATE OF:�1/ ` '• IV N ,,;ss /O N Al END OF SECTION 00 0107 Indian River County West WWTP Roof Replacement .000107-1 Mark Renninger This item has been electronically signed by Mark Renninger, PE on this date using a Digital Signature. Printed copies of this document arf not considered signed and sealed and the signature must be verified on any electronic copy. 2018.07.13 14:06:41 -04'00' Seals Page SECTION 00 0110 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Introductory Information 00 01 01 Title Page 00 01 07 Seals Page 00.01 10 Table of Contents 0001 15 List of Drawings Project Forms 00 60 00 Project Forms 00 62 33 Roofing Manufacturer's Acknowledgement 00 65 36 Contractor's Five -Year Warranty 00 65 37 Asbestos Free Warranty DIVISION 01 GENERAL REQUIREMENTS O1 1100 Summary of Work O1 1400 Work Restrictions 013100 Project Management and Coordination 013300 Submittal Procedures 014000 Quality Requirements 014200 References O1 5000 Temporary Facilities and Controls O1 7329 Cutting and Patching 017400 Cleaning and Waste Management O1 7700 Closeout Procedures DIVISION 06 WOOD, PLASTICS AND COMPOSITES 06 1000 Rough Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION 0701 50 Preparation for Reroofing 0731 13 Asphalt Shingle Roofing 07 62 00 Sheet Metal Flashing and Trim CONTRACT DRAWINGS END OF SECTION 00 0110 Indian River County West WWTP Roof Replacement 00 01 10-1 Table of Contents SECTION 00 0115 LIST OF DRAWINGS PART1 GENERAL The following drawings and details are included as part of the Contract Documents: Drawing Description R1 Roof Plan W2 Wind Loads Dl Roof Details END OF SECTION 00 0115 Indian River County West WWTP Roof Replacement 00 01 15-1 Date ,�TIQi[cMIJU! 07-13-2018 07-13-2018 List of Drawings PART 1 1.01 A. PART 2 PART 3 SECTION 00 60 00 PROJECT FORMS GENERAL GENERAL The following documents are included in the Project Manual: 1. Roof Manufacturer's Acknowledgement - Section 00 62 33 2. Substitution Request Form - Section 00 63 25 3. Contractors Five -Year Warranty - Section 00 65 36 4. Asbestos Free Warranty - Section 00 65 37 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION 00 60 00 Indian River County West WWTP Roof Replacement 00 60 00-1 Project Forms SECTION 00 62 33 ROOF MANUFACTURER'S ACKNOWLEDGMENT Owner: Indian River County Project Name: Indian River County West WWTP Roof Replacement Project Address: 8405 8' Street, Vero Beach, Florida, 32968 Roofing Contractor: Address: Telephone: Facsimile: This is to advise the Owner that having thoroughly reviewed the Specifications and Drawings contained within the Project Manual dated July 13, 2018 for the above -titled project, we acknowledge that the roof system(s) and flashing system(s) specified are suitable for use on this project. Having reviewed the project requirements in detail, the Manufacturer will provide a written response to the Engineer seven days prior to the bid date, if conflicts between the Manufacturer's requirements occur with the above listed documents. 1. The manufacturer certifies that the installer is approved, authorized, or licensed by manufacturer to install specified roof system and is eligible to receive the specified manufacturer's warranty. 2. The manufacturer will comply with the specified requirements for on-site technical support. is hereby designated as our Liaison on this project. (Print or type name of Liaison) Telephone Facsimile Roof Manufacturer's Company Name Roof Manufacturer Representative's Signature Date Roof Manufacturer Representative's Name Title Roof Manufacturer's Address Telephone Facsimile END OF SECTION 00 62 33 Indian River County West WWTP Roof Replacement 00 62 33-1 Roof Manufacturer's Acknowledgement SECTION 00 65 36 CONTRACTOR'S FIVE-YEAR WARRANTY Know all men by these presents, that we, (Contractor) , having installed roofing system, flashings and sheet metal on the Indian River County West WWTP Roof Replacement Project under contract between Indian River County (Owner) and Contractor, warrant to the Owner with respect to said work that for a period of five (5) years from date of final completion, the work shall be absolutely watertight and free from any and all leaks, provided however the following are excluded from this Warranty: a. Defects or failures resulting from abuse by the Owner. b. Defect in design involving failure of (1) structural frame, (2) load bearing walls, and (3) foundations. C. Damages caused by fire, tornado, hail, hurricane, acts of God, wars, vandalism, riots or civil commotion. We, Contractor, agree that should any leaks occur in the work we will perform emergency repairs within 24 hours notice and perform permanent repairs within a reasonable time in a manner to restore the work to a watertight condition by methods compatible to the system and acceptable under industry standards and general practice, all at no expense to the Owner. We, Contractor, further agree that for a period of five (5) years from date of final completion referred to :above, we will make repairs at no expense to the Owner to any defects which may develop in the work including but not limited to blisters, wrinkles, fish -mouths, ridges, splits and loose flashing in a manner compatible to the system and acceptable under industry standards and general practice as established by the Engineer. Contractor shall attend two post construction field inspections: the first no earlier than twenty -three (23) months and no later than twenty-four (24) months after the date of final Completion and the second no earlier than fifty-nine (59) months and no later than sixty (60) months after the date of Final Completion. Contractor shall complete any corrective action requested by Owner, Engineer, or Manufacturer at no additional cost to the Owner. Signature: Title: State County a Notary Public for County, State, do hereby certify that personally appeared before me this day and acknowledged the due execution of the foregoing instrument. Witness my hand and official seal, this day of 120 (OFFICIAL SEAL) Notary Public My commission expires 20 END OF SECTION 00 65 36 Indian River County West WWTP Roof Replacement 00 65 36-1 Contractor's Five -Year Warranty SECTION 00 65 37 ASBESTOS FREE WARRANTY Owner: Indian River County Project Name: Indian River County West WWTP Roof Replacement Project Address: 8405 8th Street, Vero Beach, Florida, 32968 Project Manual Date: July 13, 2018 Date of Substantial Completion: Know all men by these present that we, (Contractor, Subcontractor, Material Supplier or Equipment Manufacturer) having furnished labor, materials, equipment and/or supplies; removed existing roof system; installed new roof system and/or miscellaneous roof system components; from, to and/or on the above referenced Project under contract between the Owner and Contractor, warrant to Owner with respect to said work that no materials containing asbestos fibers were incorporated into the work, and that, to our knowledge and belief, no materials containing asbestos remain in or are covered by the work. Exceptions: If there are no exceptions, state "No Exceptions" here. Signature: Title: State County a Notary Public for County, State, do hereby certify that personally appeared before me this day and acknowledged the due execution of the foregoing instrument. Witness my hand and official seal, this day of , 20 (OFFICIAL SEAL) Notary Public My commission expires -,20 END OF SECTION 00 65 37 Indian River County West WWTP Roof Replacement 00 65 37-1 Asbestos Free Warranty SECTION 01 11 00 PART GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Project Name: Indian River County West WWTP Roof Replacement B. Project Address: 8405 8"' Street, Vero Beach, Florida, 32968 C. Owner: Indian River County D. Engineer: The Contract Documents, dated July 13, 2018, were prepared by REI Engineers, Inc. E. This work includes the provision of all labor, material, equipment, supervision and administration to integrate the work outlined in this project manual into the total building system such that no leakage into the system occurs. In general, the scope of work in the Base Bid will include: Steep -Slope Shingle Roof Areas a. Removal and disposal of all existing shingles, underlayment, down to the wood deck. b. Removal and disposal of all sheet metal flashings and trim. C. Removal and disposal of all gutters and downspouts. d. Removal and disposal of all gutter edge wood facia boards. e. Repair of existing substrates under unit price/allowance work. f. Provide new sheathing, self -adhered underlayment, shingles, sheet metal flashings and trim, gutters and downspouts. 2. Remove the existing lightning protection/grounding system prior to commencement of roof replacement work. Upon completion of flashing and sheet metal installation, all new or existing parts, components or materials will be reinstalled or installed to meet UL requirements at the time of initial installation. 3. Repair of existing gable wall sheathing under unit price/allowance work. F. Asbestos Containing Roofing Materials (ACRM): It is the intention of these specifications that no asbestos bearing materials be incorporated into the work. In the event the contractor should determine unanticipated asbestos bearing materials to be present in the existing building components, Contractor is to stop all work in the affected area, notify the Engineer and Owner, and provide temporary protection as required. Costs incurred, if any, due to the presence of hidden and/or unanticipated asbestos bearing materials will be authorized by Change Order to this contract. G. The contractor is responsible for all electrical, plumbing, mechanical, and other related trade work necessary to facilitate project operations.. Contractor is responsible for re- locating any and all conduit, HVAC equipment, curbs, and/or plumbing necessary to comply with the requirements of these documents. All work shall conform to the requirements of the current Building Code approved in the State of the project location. H. General requirements and specific recommendations of the material manufacturers are Indian River County West WWTP Roof Replacement 01 1100-1 Summary of Work included as part of these specifications. The manufacturers' specifications are the minimum standards required for the completed systems. Specific items listed herein may improve the standards required by the manufacturers and will take precedence where their compliance will not affect the manufacturers' guarantee or warranty provisions. 1.02 CONTRACT A. Project will be constructed under a single prime general construction contract. 1.03 SITE INVESTIGATION A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the Work, the general and local conditions, particularly those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, ground water table or similar physical conditions at the site, the conformation and condition of the ground, the character, quality and quantity of surface and subsurface materials to be encountered, the character of equipment and facilities needed prior to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under this Contract. Any failure by the Contractor to acquaint himself with all the available information concerning these conditions will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. Field measurements shall be taken at the site by the Contractor to verify all data and conditions affected by the Work. 1.04 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 49 -division format and CSUCSC's "Masterformat" numbering system. Section Identification: The Specifications use section numbers and titles to cross- reference Contract Documents. Sections in the Project Manual are in numeric sequence.; however, the sequence is incomplete. Consult the Table of Contents at the beginning of the Project Manual. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 PRODUCTS (NOT USED) Indian River County West WWTP Roof Replacement 01 1100-2 Summary of Work PART 3 EXECUTION (NOT USED) END OF SECTION 011100 Indian River County West WWTP Roof Replacement 01 1100-3 Summary of Work SECTION 0114 00 WORK RESTRICTIONS GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for work sequence, work restrictions, occupancy requirements and use of premises. 1.02 WORK SEQUENCE A. The Work shall be conducted in the following sequences unless construction phases are otherwise specified. 1. Construct Work in phases to accommodate the Owner's use; if applicable, of the premises during the construction period; coordinate the construction schedule and operations with the Owner and Engineer. 2. Construct the Work in phases to provide for public convenience. Do not close off public use of facility until completion of one phase of construction will provide alternative usage. 3. Construction shall be scheduled in such a manner that once work has commenced on one facility, the Contractor's work force shall remain at that facility continuously each work day through final completion at that facility. 1.03 OCCUPANCY REQUIREMENTS A. Owner Occupancy 1. Owner will occupy the premises during the entire period of construction to conduct normal operations. Cooperate with Owner in all construction operations to minimize conflict, and to facilitate Owner usage. 2. Contractor shall at all times conduct his operations as to ensure the least inconvenience and the greatest amount of safety and security for the Owner, his staff, and the general public. 3. Control noise from operations so that building occupants are not affected. 4. Control odors from air intakes so that building occupants are not affected. 1.04 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine constructions operations to areas of work being renovated as approved by Engineer and Owner. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. Move any stored materials and equipment that interfere with operations of the Owner. Indian River County West WWTP Roof Replacement 01 14 00-1 Work Restrictions RE C. Use of Existing Building 1. Maintain existing building in a weathertight condition throughout construction period. 2. Take every precaution against injuries to persons or damage to property. 3. Protect building, its contents, and its occupants during construction period. 4. The Contractor shall not overload or permit any part of the structure to be loaded with such weights as will endanger its safety or to cause excessive deflection. Materials placed on the roof prior to installation shall be equally distributed over the roof area. 5. Protect any existing surface improvements, such as pavements, curbs, sidewalks, lawn and landscaped areas, utilities, etc. 6.. Repair to the Owner and Engineer's satisfaction, or to restore to a condition equal to that existing at the time of award of Contract, or to make restitution acceptable to the Owner, any and all damages to the building, its contents, . or surface improvements resulting from, or attributable to, the work operation. Transportation Facilities Truck and equipment access: a. Avoid traffic conflict with vehicles of the Owner's employees and customers, and avoid over -loading of street and driveways elsewhere on the Owner's property, limit the access of trucks and equipment to the designated areas. b. Provide adequate protection for curbs and sidewalks over which trucks and equipment pass to reach the job site. 2. Contractor's vehicles: a. Require contractor's vehicles, vehicles belonging to employees of the contractor, and all other vehicles entering the Owner's property in performance of the work the contract, to use only the designated access route. b.. Do not permit such vehicles to park on any street or other area of the Owner's property except in the designated area. 1.05 OWNER POLICIES A. Conduct Policy IC C. The conduct of all contractor employees during any project shall be exemplary; at no time shall profanity, drinking, lewd or suggestive comments or gestures or other acts of this nature be tolerated. Drug Free Policy Owner conforms to a drug free policy. Any contractor employee must be tested upon request of Owner and results provided to Owner. If the employee is found to have been under the influence or using drugs, it shall constitute a breach of contract and said contract may be terminated without penalty to the Owner. Dress Code Policy Shirts and shoes are required at all times, as well as long pants. Identification of employees is required. Indian River County West WWTP Roof Replacement 01 1400-2 Work Restrictions PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0114 00 Indian River County West WWTP Roof Replacement 01 1400-3 Work Restrictions SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART1 GENERAL 1.01 1.02 A. SECTION INCLUDES This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Coordination. 3. Administrative and supervisory personnel. 4. Project meetings. 5. Weekly Reports COORDINATION A. Coordinate construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. The Contractor shall coordi- nate its operations with those included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other com- ponents, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Progress Reporting: The scheduling and sequence of all operations shall be carefully co- ordinated with the Owner and Engineer. C. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities in- clude, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre -Construction conference. 7. Pr6-installation conferences. 8. Project closeout activities. Indian River County West WWTP Roof Replacement 01 31 00-1 Project Management and Coordination 1.03 PROJECT MEETINGS A. Pre -Construction Meeting 1. A Pre -Construction Meeting will be scheduled as soon as possible after the award of the contract. The Engineer's Representative will compile minutes of the meet- ing, and will furnish a copy of the minutes to the Contractor and each person pre- sent. The Contractor may make and distribute such other copies as he wishes. 2. Attendance: Contractor Project Manager, Job Superintendent and Job Foreman, Owner, Engineer's Representative, manufacturer's representatives, installers of related work and all other persons concerned with the installation and perfor- mance. The Contractor shall also provide three (3) local telephone numbers, which may be used to contact the Contractor or his authorized representative in the event of an emergency after normal business hours. 3. Minimum Agenda: Organizational arrangement of Contractor's forces and per- sonnel, and those of subcontractors, materials suppliers, and the Project Manager; channels and procedures for communication; construction schedule, including sequence of critical work; contract documents, including distribution of required copies of Drawings and revisions; processing of Shop Drawings and other data submitted to the Project Manager for review; rules and regulations governing performance of the work and procedures for safety, first aid, security, quality control, housekeeping and related matters. B. Progress Meetings 1. The Contractor shall attend bi-monthly progress meetings for the purpose of in- forming the Owner and the Engineer regarding the status of the project. The En- gineer will compile minutes of the meeting, and will furnish a copy of the minutes to the Contractor and each person present. The Contractor may make and distribute such other copies as he wishes. 2. Attendance: Owner, Engineer, Contractor, Job Superintendent, material Suppli- er, and Subcontractors, as appropriate. Each representative shall be thoroughly familiar with the status of the project and shall be prepared to discuss and act up- on any situations, which may arise. The time, date and location of these meet- ings will be established during pre -construction conference. The Contractor shall provide an updated job progress schedule at each weekly meeting. 3. Minimum Agenda: Review of work progress; field observations, problems, and decisions; identification of problems which impede planned progress; mainte- nance of progress schedule; corrective measures to regain projected schedules; planned progress during succeeding work period; coordination of projected pro- gress; maintenance of quality and work standards; processing of field decisions and Change Orders; effect of proposed changes on progress, schedule, and coor- dination; other business relating to work. C. Substantial Completion Inspection Meeting 1. Scheduled by Owner and Engineer upon written notification of substantial com- pletion of work from the Contractor. 2. Attendance: Owner, Engineer, Contractor, material manufacturer. 3. Minimum Agenda: Walkover inspection; verification of substantial completion; identification of punch list items; identification of problems, which may impede issuance of warranties. 4. Refer to Section 01 77 00 for other requirements. Indian River County West WWTP Roof Replacement 0131 00-2 Project Management and Coordination D. Final Inspection Meeting 1. Scheduled by Owner and Engineer upon written notification of final completion of work from the Contractor. 2. Attendance: Owner, Engineer, Contractor. 3. Minimum Agenda: Verification of final completion including the completion of the punch list items. 4. Refer to Section 01 77 00 for other requirements. 1.04 REPORTS A. Weekly Construction Reports: Prepare a weekly construction report recording the fol- lowing information concerning events at Project site and Fax or email a copy to the Engi- neer by noon on the following Monday: 1. Approximate daily count of personnel at Project Site. 2. Daily material deliveries. 3. Daily High and low temperatures and general weather conditions. 4. Accidents. 5. Unusual events. 6. Stoppages, delays, shortages, and losses. 7. Orders and requests of authorities having jurisdiction. 8. Change Orders received and implemented. 9. Change Directives received and implemented. 10. Daily Allowance and Unit Cost usage. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 013100 Indian River County West WWTP Roof Replacement 0131 00-3 Project Management and Coordination SECTION 0133 00 SUBMITTAL PROCEDURES PART GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.02 SUBMITTAL PROCEDURE A. General: The Contractor is responsible for providing the submittals to the Engineer. Each submittal must be accepted in writing prior to commencement of work. B. Submission Requirements: Submit all required submittals electronically in pdf format to the Engineer for review. The submittals will then be returned electronically to the Contractor with comments. Final submittals will require written responses to all Construction Document submittal comments. C. Processing Time: Allow time for submittal review, including time for resubmittals, as specified below. Time for review shall commence on Engineer's receipt of submittal. Initial Review: Allow 7 work days for initial review of submittals. Allow 7 work days for processing each resubmittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. D. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals and provide letter describing in detail any proposed changes, substitutions, or deviations from the project or manufacturer's specifications. A written explanation of why substitutions should be considered is required and shall be included under the appropriate tab. E. Transmittal and Identification: Package submittals appropriately and include a title page and/or pdf bookmark for each numbered schedule of submittal item identified below. Engineer will discard submittals received from sources other than Contractor. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. F. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. 1.03 SCHEDULE OF SUBMITTALS A. The following submittal items shall be submitted electronically with a title page and/or pdf bookmark for each submittal item to meet the requirements specified herein: 1. Emergency contact list including pager, mobile and home numbers of key Contractor and Subcontractor personnel, and office and mobile numbers of key Owner and REI personnel. 2. Work schedule indicating start date, crew size, production rate, completion date, etc. Indian River County West WWTP Roof Replacement 013300-1 Submittal Procedures 3. Copy of Contractor's Certificate of Insurance 4. Copy of Construction Permits 5.. Roof Manufacturer's Acknowledgement Form (Section 00 62 33) 6. Copy of all warranties indicated in Section 01 77 00 to meet the requirements of their respective specification section 7. Letter describing in detail any proposed changes, substitutions, or deviations from the project or -manufacturer's specifications. A written explanation of why substitutions should be considered is required. 8. Shop drawings or letter stating that the contractor will install materials as detailed in the Contract Drawings unless properly authorized by the Engineer. 9. Steel Deck Repair/Securement (Section 05 31 23) 10. Rough Carpentry (Section 06 10 00) 11. Preparation for Reroofing (Section 07 01 50) 12. Pre -Construction Site Condition Video: Existing damaged/dysfunctional components documentation including but not limited to; asphalt spills, windows, walls, sidewalks, paving, ceilings, etc. Lack of submission prior to commencement of work indicates Contractor has discovered no existing damaged components and takes responsibility for any damages caused by operations. 13. Roof Insulation (Section 07 22 16) 14. Thermoplastic Single Ply Roofing (Section 07 54 00) 15. Sheet Metal Flashing and Trim (Section 07 62 00) 16. Roof Accessories (Section 07 72 00) 17. Complete list of materials with Safety Data Sheets (SDS) 17��1 If►_��_CZ�J1il�y�.y 2.01 SUBMITTALS A. General: Prepare and submit Submittals required herein and by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. Mark each copy of each submittal to show which products and options are applicable. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Operational range diagrams. g. Compliance with recognized trade association standards. h. Compliance with recognized testing agency standards. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Indian River County West WWTP Roof Replacement 01 3300-2 Submittal Procedures Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Shopwork manufacturing instructions. f. Templates and patterns. g. Schedules. h. Notation of coordination requirements. i. Notation of dimensions established by field measurement. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 42 inches. D. Contractor's Construction Schedule: Comply with requirements in Division 01. E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists. of completed projects with project names and addresses, names and addresses of engineers and owners, and other information specified. F. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. G. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. H. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. I. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. K. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. L. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. M. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone Indian River County West WWTP Roof Replacement 01 33 00-3 Submittal Procedures number of manufacturer. PART 3 EXECUTION 3.01 CONTRACTOR'S REVIEW A. Review each submittal, check for compliance with the Contract Documents and note corrections and field dimensions prior to submitting to Engineer. 3.02 ENGINEER'S ACTION A. Submittals: Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp each submittal item with an action stamp and will mark stamp appropriately to indicate action taken. B. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 0133 00 Indian River County West WWTP Roof Replacement 0133 00-4 Submittal Procedures SECTION 0140 00 QUALITY REQUIREMENTS PART GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for quality assurance and quality control. 1.02 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and dur- ing execution of the Work to guard against defects and deficiencies and ensure that pro- posed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction comply with require- ments. Services do not include contract enforcement activities performed by Engineer. C. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 1.03 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria in- dicated. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Engineer. 1.04 SUBMITTALS A. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, li- censes, certifications, inspection reports, releases, jurisdictional settlements, notices, re- ceipts for fee payments, judgments, correspondence, records, and similar documents, es- tablished for compliance with standards and regulations bearing on performance of the Work. 1.05 QUALITY ASSURANCE A. It is the intent under this contract that workmanship shall be of the best quality consistent with the materials and construction methods specified. The presence or absence of the Owner's or Engineer's representative shall in no way relieve the Contractor of his respon- sibility to furnish materials and construction in full compliance with the drawings and spec- ifications. The Owner and Engineer shall have the authority to judge the quality and re- quire replacement of unacceptable work or personnel at any tune. B. All contractors shall cooperate in the execution of their work and shall plan their work in such manners as to avoid conflicting schedules or delay of work. If any part of a Contrac- tor's work depends upon the work of another Contractor, defects, which may affect that Indian River County West WWTP Roof Replacement 01 40 00-1 Quality Requirements work, shall be reported to the Engineer in order that prompt inspection may be made and defects corrected. Commencement of work by a Contractor where such condition exists will constitute acceptance of the other Contractor's work as being satisfactory in all respects to receive the work commenced, except defects, which may later develop. Work of all trades under this contract shall be closely coordinated in such a manner as to obtain the best possible workmanship for the entire project. All components of the work shall be installed in accordance with the best practices of the particular trade. The General Con- tractor is responsible to advise the Owner sufficiently in advance of operations to allow for assignment of personnel. C. Materials or methods described by words which, when applied, have a well known tech- nical or trade meaning will be held to refer to such recognized standard. Standard specifi- cations or manufacturer's literature, when referenced, shall be of the latest revision or print- ing unless otherwise stated, and are intended to establish the minimum requirements ac- ceptable. D. All materials shall be new, all materials and workmanship shall be in every respect in ac- cordance with the best modern practice. E. When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or accepted, such materials shall be delivered to the site in orig- inal packages or containers with seals unbroken and labels intact and shall not be opened until inspected and approved by the Engineer. Contractor shall notify the Engineer prior to such material's delivery. F. The Contractor's Foreman or Superintendent to maintain one complete set of the contract documents and approved submittals on the job site. G. Contractor shall be responsible to correct deficiencies identified by Engineer and non -con- forming work within 24 hours of receipt of notification, either verbally or written, and submit a plan of action for addressing the deficiencies and non -conforming work. Further tear -off or commencement of other work shall not occur until all deficiencies and non- conforming work are properly addressed. H. Installer Qualifications: A firm or individual experienced in installing, erecting, or assem- bling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. Acceptable Contractor: a. Be certified in writing for a minimum of two years by the roofing materials manufacturer to install the primary roofing products. b. Have a minimum of five (5) years experience in installing the same or similar materials specified under the same firm name as that submitting the bid. If requested, submit a copy of firm's Articles of Incorporation to verify years in business. Also all crew workers on site are to be experi- enced and have a working knowledge of the system being installed. C. Principals of the firm to have a minimum of ten (10) years experience in the estimating, supervision, management and administration of a contract- ing firm engaged in the application of building envelope involving re- moval of the existing building envelope systems. d. Licensed by state work is occurring in for the type and dollar amount of work contemplated by these Contract Documents. e. Never filed bankruptcy or filed for protection from creditors. Indian River County West WWTP Roof Replacement 01 40 00-2 Quality Requirements f. At any time during the construction and completion of work covered by these Specifications, if the conduct of any workman of the various crafts be determined unsuitable or a nuisance to the Owner or Engineer, or if the workman be considered incompetent or detrimental to the work, the Con- tractor shall order such party removed immediately from the grounds with the person not returning at any time during the course of work on the pro- ject. g. During the performance of any work by the Contractor or subcontractors, the Contractor shall provide for the entire length of the project a full time onsite superintendent/representative meeting the following requirements: i. For the purpose of these Specifications the designation "superin- tendent" is hereby defined as the individual present on the job site at all times while work is being performed, and whose primary responsibility is to supervise and direct the performance of the Work. ii. The superintendent shall be in attendance at the project site at all times during the progress of the work and his duties as superinten- dent shall be limited to this project only. The superintendent shall supervise and instruct workmen without engaging in the work pro- cess. Should the superintendent be absent temporarily from the project at any time, he shall designate a competent foreman to as- sume duties. During the superintendent's absence the foreman shall not engage in the work process but shall supervise and in- struct only. Likewise, any communications given to the foreman shall be as binding as if given to the Contractor. iii. It shall be the superintendent's responsibility to communicate all matters pertaining to the Work with the Owner and/or Engineer. In case of emergency or safety, superintendent shall communicate directly with the Owner and/or Engineer. No decisions regarding changes in the Work will be made without the Owner's knowledge. iv. Decision making authority and ability. V. Able to demonstrate knowledge of work being installed. vi. Fluent in the English language (i.e. reading, writing and speaking). vii. In possession of mobile telephone at all times. viii. Employed by the Contractor at least six months prior to project commencement. ix. Owner and Engineer approval. X. No later than ten days prior to the pre -construction conference, Contractor shall provide the Owner, in writing, the names of the proposed project manager, job superintendent, and foreman for approval. If he so determines, the Owner, without giving cause, may request an additional name, or names, be submitted for ap- proval. The Owner will notify the Contractor of his acceptance at least 48 hours prior to the pre -construction conference. xi. Once approved, the superintendent will not be changed except with the consent of the Owner unless either prove to be unsatis- factory to the Owner or Contractor, or cease to be in the Contrac- tor's employment. xii. Promotion, transfer, or reorganization within the company will not be an acceptable cause for reassignment of the superintendent. xiii. The superintendent shall have had a minimum of five (5) years continuous experience as a job superintendent. Indian River County West WWTP Roof Replacement 01 40 00-3 Quality Requirements 1.06 I. Specialists: Certain sections of the Specifications require that specific construction activ- ities shall be performed by entities who are recognized experts in those operations. Spe- cialists shall satisfy qualification requirements indicated and shall be engaged for the ac- tivities indicated. J. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed. K. Fabricator Qualifications: A firm experienced in producing products similar to those indi- cated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. L. Factory -Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. QUALITY CONTROL A. The authorized representatives and agents of Owner shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. B. Owner Responsibilities: Where quality -control services are indicated as Owner's respon- sibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Con- tractor. C. Contractor's Responsibilities: 1. Repair and protection of work and materials are Contractor's responsibility. 2. Should any work or materials not conform with requirements of the Specifications or become damaged during the progress of the work, such work or materials shall be removed and replaced, together with any work disarranged by such alterations, at any time before completion and acceptance of the project. All such work shall be done at the expense of the Contractor. 3. Contractor will coordinate documents with manufacturer and perform such testing, reporting, and communication incidental to provisions of the warranty procedures. 4. Inclement Weather a. In the event of temporary suspension of work as during inclement weather, or whenever the Engineer shall direct, the Contractor will protect carefully its work and materials against damage or injury from weather. If, in the opinion of the Engineer, any work or materials have been damaged or in- jured by reason of failure of the Contractor to protect its work, such mate- rials shall be removed and replaced at the expense of the Contractor. b. During inclement weather and temporary suspension of work, the Con- tractor shall inspect the facility no later than 9:00 AM each day for leaks Indian River County West WWTP Roof Replacement 014000-4 Quality Requirements and perform temporary repairs if necessary. Inspections shall be made daily during extended periods of inclement weather. Upon arrival at the facility, Superintendent shall immediately inform the Owner of his pres- ence and purpose. C. If Contractor does not inspect the facility by 9:00 AM on days of inclement weather and there is one or more leaks attributable to the Work, at 9:15 AM the Owner shall exercise his right to contact an outside contractor to perform temporary repairs as necessary to prevent damage to the building, its contents and to minimize disruption. The Contractor shall reimburse the outside contractor an equitable amount as determined solely by the outside contractor. If the Contractor arrives at the project site after the outside contractor has been contacted, but before temporary repairs are made, the outside contractor shall be reimbursed the fixed amount of $500.00, each occasion, for mobilization and/or travel expenses. d. Should inclement weather occur after normal business hours Friday, Sat- urday, and Sunday or holidays, Contractor shall make arrangements with the Owner to provide access to the building to inspect for leaks. The Owner shall be compensated for providing personnel for the service on an hourly rate basis as determined solely by the Owner. D. Manufacturer's Field Services: During construction and until substantial completion, man- ufacturer's representative shall perform quality assurance site visits every ten working days to ensure materials are being properly installed and as required to obtain the specified war- ranty. 1. The first site visit shall be performed within the first three (3) days of operations. 2. Coordinate all site visits with Engineer. Submit reports of findings within one week of inspection. Payment applications will be rejected until applicable reports are received. 3. Inspections to be performed by an employee of the selected manufacturer that is assigned full time to their technical services department. Sales personnel will not be acceptable for this function and may result in rejection of the work installed that does not fulfill this requirement. 4. Manufacturer's final inspections shall be performed only with REI personnel in attendance. A minimum of seven days' written notice is required. Any manufac- turer's final inspection conducted without REI personnel in attendance will be re- peated at no additional cost to the Owner. 5. Any violation of this requirement will result in the removal of that manufacturer for a period of not less than one year from the Engineer's accepted materials list. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contrac- tor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents. F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. Indian River County West WWTP Roof Replacement 01 40 00-5 Quality Requirements PART 2 PART 3 3.01 A. I—V C. 4. Facilities for storage and field -curing of test samples. 5. Preliminary design mix proposed for use for material mixes that require control by testing agency. 6. Security and protection for samples and for testing and inspecting equipment at Project site. PRODUCTS (NOT USED) EXECUTION REPAIR AND PROTECTION General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. Comply with the Contract Document requirements for Section 01 73 29 -Cutting and Patching. Protect construction exposed by or for quality -control service activities. Repair and protection are Contractor's responsibility, regardless of the assignment of re- sponsibility for quality -control services. END OF SECTION 0140 00 Indian River County West WWTP Roof Replacement 01 4000-6 Quality Requirements SECTION 0142 00 REFERENCES PART GENERAL 1.01 SECTION INCLUDES A. Requirements relating to Referenced Standards. 1.02 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Engineer's action on Contractor's submittals, applica- tions, and requests, "approved" is limited to Engineer's duties and responsibilities as stat- ed in the Conditions of the Contract. C. "Directed": A command or instruction by Engineer. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, cur- ing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Installer": Contractor or another entity engaged by Contractor as an employee, Subcon- tractor, or Sub -subcontractor, to perform a particular construction operation, including in- stallation, erection, application, and similar operations. Using a term such as "carpentry" does not imply that certain construction activi- ties must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements spec- ified apply exclusively to trades people of the corresponding generic name. J. "Experienced": When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with require- ments of authorities having jurisdiction. K. "Project Site": Space available for performing construction activities. The extent of Pro - Indian River County West WWTP Roof Replacement 01 42 00-1 References ject site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.03 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent re- quirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Docu- ments, unless otherwise indicated.- C. ndicated: C. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quali- ty levels, comply with the most stringent requirement. Refer uncertainties and require- ments that are different, but apparently equal, to Engineer for a decision before proceed- ing. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these require- ments, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision before proceeding. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 1.04 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the fol- lowing list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association, Inc. (The) www.aluminum.org Indian River County West WWTP Roof Replacement 01 42 00-2 References Accessibility Guidelines for Buildings and Facilities Available from Access Board www.access-board.gov CFR Code of Federal Regulations Available from Government Printing Office www.access.gpo.gov/nara/cfr FED -STD Federal Standard See FS FS Federal Specification Available from National Institute of Building Sciences www.nibs.or 1.04 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the fol- lowing list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association, Inc. (The) www.aluminum.org Indian River County West WWTP Roof Replacement 01 42 00-2 References ACI American Concrete Institute/ACI International www.aci-int.org ACPA American Concrete Pipe Association www.concrete-pipe.org AGC Associated General Contractors of America (The) www.agc.org AHA American Hardboard Association www.ahardbd.or AI Asphalt Institute www.asphaltinstitute.org AIE American Institute of Engineers www.aieonline.or AISC American Institute of Steel Construction www.aisc.or AISI American Iron and Steel Institute www.steel.or AITC American Institute of Timber Construction www.aitc-glulam.org ALCA Associated Landscape Contractors of America www.alea.or ALSC American Lumber Standard Committee www.alsc.or ANLA American Nursery & Landscape Association www.anla.or ANSI American National Standards Institute www.ansi.or APA APA - The Engineered Wood Association www.apawood.org APA Architectural Precast Association www.archprecast.org ASCE American Society of Civil Engineers www.asce.or ASHRAE American Society of Heating, Refrigerating and Air-Conditioning Engineers www.ashrae.or ASME ASME International (The American Society of Mechanical Engineers International) www.asme.or ASTM ASTM International International www.astm.or AWI Architectural Woodwork Institute www.awinet.or AWPA American Wood-Preservers' Association www.awpa.com AWS American Welding Society www.aws.or BHMA Builders Hardware Manufacturers Association www.buildershardware.com BIA Brick Industry Association (The) www.bia.or CUSS Center for Cold-Formed Steel Structures www.umr.edu/---ccfss Indian River County West WWTP Roof Replacement 014200-3 References CDA Copper Development Association Inc. www.copper.org CIMA Cellulose Insulation Manufacturers Association www.cellulose.or CISCA Ceilings & Interior Systems Construction Association www.cisca.or CISPI Cast Iron Soil Pipe Institute www.cispi.org CLFMI Chain Link Fence Manufacturers Institute www.chainlinkinfo.or CPA Composite Panel Association (Formerly: National Particleboard Association) www. bmdf.com CPPA Corrugated Polyethylene Pipe Association www.c a-info.or CRSI Concrete Reinforcing Steel Institute www.ersi.or CSI Construction Specifications Institute (The) www.csinet.or DHI Door and Hardware Institute www.dhi.or EIMA EIFS Industry Members Association www.eifsfacts.com EJMA Expansion Joint Manufacturers Association, Inc. www.e'ma.or FMG (FM) FM Global (Formerly: FM - Factory Mutual System) www.frnglobal.com GA Gypsum Association www.gypsum.org GANA Glass Association of North America (Formerly: FGMA - Flat Glass Marketing Association) www.glasswebsite.com/gana HPVA Hardwood Plywood & Veneer Association www.hpva.org IGCC Insulating Glass Certification Council www.igcc.org IRC Indian River County LGSI Light Gage Structural Institute www.loseke.com MBMA Metal Building Manufacturers Association www.mbma.com MCA Metal Construction Association www.metalconstruction.org MFMA Metal Framing Manufacturers Association MIA Marble Institute of America www.marble-institute.com NAAMM National Association of Architectural Metal Manufacturers www.naamm.or NAIMA North American Insulation Manufacturers Association (The) www.naima.or NCMA National Concrete Masonry Association www.ncma.or Indian River County West WWTP Roof Replacement 01 42 00-4 References NCPI National Clay Pipe Institute www.ncpi.org NECA National Electrical Contractors Association www.necanet.or NEMA National Electrical Manufacturers Association www.nema.or NETA InterNational Electrical Testing Association www.netaworld.or NFPA National Fire Protection Association www.nfpa.org NFRC National Fenestration Rating Council www.nfrc.or NGA National Glass Association www.glass.org NHLA National Hardwood Lumber Association www.natlhardwood.or NLGA National Lumber Grades Authority www.nlga.org NPA National Particleboard Association See CPA NRCA National Roofing Contractors Association www.nrca.net NRMCA National Ready Mixed Concrete Association www.nrmca.or NSA National Stone Association www.aggregates.org NTMA National Terrazzo and Mosaic Association, Inc. www.ntma.com NWWDA National Wood Window and Door Association See WDMA PCI Precast/Prestressed Concrete Institute www.pci.org PDCA Painting and Decorating Contractors of America www.pdca.com PDI Plumbing & Drainage Institute www.pdionline.org RCSC Research Council on Structural Connections www.boltcouncil.or RMA Rubber Manufacturers Association www.nna.or SDI Steel Deck Institute www.sdi.or SDI Steel Door Institute www.steeldoor.or SGCC Safety Glazing Certification Council www.sgcc.org SIGMA Sealed Insulating Glass Manufacturers Association www.sigmaonline.org/sigma SJI Steel Joist Institute www.steeljoist.or Indian River County West WWTP Roof Replacement 01 42 00-5 References SMACNA Sheet Metal and Air Conditioning Contractors' National Association IAPMO www.smacna.org SPFA Spray Polyurethane Foam Alliance (Formerly: SPUSPFD - The Society of the Plastics Industry, Inc.; Spray ICBO Polyurethane Foam Division) www.sprayfoam.org SPI The Society of the Plastics Industry www. lasticsindustry.org SPIB Southern Pine Inspection Bureau (The) SBCCI www.spib.org SPRI SPRI (Single Ply Roofing Institute) www.spri.org SSINA Specialty Steel Industry of North America www.ssina.com SSMA Steel Stud Manufacturers Association (Formerly: ML/SFA - Metal Lath/Steel Framing Association) www.ssma.com SSPC SSPC: The Society for Protective Coatings www.sspc.org SWI Steel Window Institute www.steelwindows.com TCA Tile Council of America, Inc. www.tileusa.com TPI Truss Plate Institute UL Underwriters Laboratories Inc. www.ul.com WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association) www.wdma.com WMMPA Wood Moulding & Millwork Producers Association www.wmmpa.com WWPA Western Wood Products Association www.wwpa.org B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are be- lieved to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. www.bocai.org IAPMO International Association of Plumbing and Mechanical Officials (The) www.iapmo.org ICBO International Conference of Building Officials www.icbo.or ICC International Code Council (Formerly: CABO - Council of American Building Officials) www.inticode.or SBCCI Southern Building Code Congress International, Inc. www.sbcci.or Indian River County West WWTP Roof Replacement 014200-6 References C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifi- cations or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Doc- uments. CPSC Consumer Product Safety Commission www.c sc. ov EPA Environmental Protection Agency www.e a. ov OSHA Occupational Safety & Health Administration www.osha.gov PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0142 00 Indian River County West WWTP Roof Replacement 01 42 00-7 References SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART GENERAL 1.01 SECTION INCLUDES A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. PART 2 PRODUCTS 2.01 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Engineer. Provide materials suitable for use intended. B. Portable Chain -Link Fencing: Minimum 2 -inch 9 -gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2 -3/8 -inch- OD line posts and 2 -7/8 -inch- OD corner and pull posts, with 1 -5/8 -inch- OD top and bottom rails. Provide non -permanent bases for support. C. Tarpaulins: Fire -resistive labeled with flame -spread rating of 15 or less. D. Water: Potable. E. Self -Contained Toilet Units: Single -occupant units of chemical, aerated recirculation, or combustion type; vented; fully enclosed with a glass -fiber -reinforced polyester shell or similar nonabsorbent material. F. Electrical Outlets: Properly configured, NEMA -polarized outlets to prevent insertion of 110- to 120-V plugs into higher -voltage outlets; equipped with ground -fault circuit interrupters, reset button, and pilot light. G. Fire Extinguishers: Hand carried, portable, UL rated. Provide class and extinguishing agent as indicated or a combination of extinguishers of NFPA-recommended classes for exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure and the requirements of the local Governing agency. H. Lamps and Light Fixtures: Provide GFCI protected general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. I. Scaffolds: Scaffolds should be built in their entirety and not left unfinished or in an unsafe condition. All scaffolds must be tagged to indicate the latest inspection. Scaffolds should be tied into the structure as close to a 3:1 ratio as possible and repeated tie-ins shall follow OSHA guidelines. All scaffolds shall have safe access with stairs being the first choice over a ladder. Scaffolds should include netting on upper levels if there is any possibility for materials to fall over the toe boards, per OSHA guidelines. Indian River County West WWTP Roof Replacement 01 5000-1 Temporary Facilities and Controls PART 3 EXECUTION 3.01 TEMPORARY UTILITIES A. Water Service: Water for construction purposes will be available from the Owner at no charge. Contractor shall operate exterior hose bids only with properly fitted handles which shall be removed at the end of each work day. Any damage to hose bids or hose bib stems shall be repaired by Contractor. Hose bibs shall not be operated with pliers. B. Electrical Power Service: Contractor shall provide portable generators for all electrical power requirements. C. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and equipment. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. 3.02 CONSTRUCTION FACILITIES A. Temporary construction facilities shall include the following: 1. Field Office (if appropriate): prefabricated, mobile units or job -built construction with lockable entrances and serviceable finishes including lights and utilities. , 2. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. Facilities will be located at sites approved by Owner. a. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. b. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. C. Drinking -Water Facilities: Provide bottled -water, drinking -water units. 3. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations at a location approved by the Owner. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. Comply with Division 1 Section "Execution Requirements" for progress cleaning requirements. Use of Owner's waste disposal facilities is not acceptable. a. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. 3.03 VEHICULAR ACCESS AND PARKING A. Parking for Contractor vehicles may be available only in the approved Set-up and Staging area: No other vehicle parking on site will be allowed. 3.04 TEMPORARY BARRIERS AND ENCLOSURES A. Contractor shall provide temporary barriers and enclosures for protection from exposure, foul weather, construction operations and other activities. Contractor is responsible for protecting buildings and grounds from damages during construction. Indian River County West WWTP Roof Replacement 01 5000-2 Temporary Facilities and Controls B. Contractor shall provide environmental protection by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. C. Contractor shall provide storm water controls sufficient to prevent flooding from heavy rain. D. Contractor shall provide 6' chain link fencing with lockable gates and green mesh to completely enclose the materials storage and staging area. 3.05 TEMPORARY CONTROLS A. Contractor shall provide security controls to protect work and materials at the project site. 3.06 PROJECT SIGNS A. Contractor shall provide temporary signs to provide information to building occupants directing them away for construction operations. END OF SECTION 0150 00 Indian River County West WWTP Roof Replacement 01-5000-3 Temporary Facilities and Controls SECTION 0173 29 CUTTING AND PATCHING PART GENERAL 1.01 SECTION INCLUDES A. This Section includes procedural requirements for cutting and patching. 1.02 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.03 QUALITY ASSURANCE A. Engineer's Approval: Obtain approval of cutting and patching before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. B. Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calcu- lations sealed by a licensed Engineer in the state of the project showing integration of re- inforcement with original structure. C. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that result in increased maintenance or decreased operational life or safety. D. Miscellaneous Elements: Do not cut and patch the following elements or related compo- nents in a manner that could change their load -carrying capacity that results in reducing their capacity to perform as intended, or that result in increased maintenance or decreased operational life or safety. E. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exte- rior or in occupied spaces in a manner that would, in the Engineer's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. F. Cutting and Patching Conference: If extensive cutting and patching is required, before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Co- ordinate procedures and resolve potential conflicts before proceeding. 1.04 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or dam- aged during cutting and patching operations, by methods and with materials so as not to Indian River County West WWTP Roof Replacement 01 7329-1 Cutting and Patching void existing warranties. PART 2 PRODUCTS 2.01 MATERIALS A. General: Comply with requirements specified in other Sections of these Specifications. B. Existing Materials: Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. PART 3 EXECUTION 3.01 EXADIINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of sub- strates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or aban- doned, bypass such services before cutting to minimize interruption of services to occupied areas. 3.03 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. Cut existing construction to provide for installation of other components or perfor- mance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut existing construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. 1. In general, use hand or small power tools designed for sawing and grinding, not Indian River County West WWTP Roof Replacement 01 7329-2 Cutting and Patching hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete or Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 5. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar op- erations following performance of other Work. Patch with durable seams that are as invis- ible as possible. Provide materials and comply with installation requirements specified in other Sections of these Specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate ev- idence of patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend from one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if nec- essary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Exterior Building Enclosure: Patch components in a manner that restores enclo- sure to a weather tight condition. 5. Ceilings: Patch, repair, or re -hang existing ceilings as necessary to provide an even -plane surface of uniform appearance. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty and similar materials. END OF SECTION 0173 29 Indian River County West WWTP Roof Replacement 01 73 29-3 Cutting and Patching SECTION 0174 00 CLEANING AND WASTE MANAGEMENT PART1 GENERAL 1.01 SECTION INCLUDES A. The Owner has established that this Project shall include proactive measures for waste management participation by all parties to the contract. 1. The purpose of this program is to ensure that during the course of the Project all diligent means are employed to pursue practical and economically feasible waste management and recycling options. 2. Upon award, each subcontractor shall be required to furnish documentation from suppliers or manufacturers regarding waste management and recycling options for those products and procedures furnished. 3. Waste disposal to landfills shall be minimized. 1.02 DEFINITIONS A. Waste: Any material that has reached the end of its intended use. Waste includes salvageable, returnable, recyclable and reusable material. B. Construction waste: Solid wastes including, but not limited to, building materials, packaging materials, debris and trash resulting from construction operations. C. Salvage: To remove a waste material from the Project site to another site for resale or reuse by others. D. Hazardous waste: Any material or byproduct of construction that is regulated by the Environmental Protection Agency and that may not be disposed in any landfill or other waste end -source without adherence to applicable laws. E. Trash: Any product or material unable to be returned, reused, recycled or salvaged. F. Landfill: Any public or private business involved in the practice of trash disposal. G. Waste Management Plan: A Project -related plan for the collection, transportation, and disposal of the waste generated at the construction site. PART2 PRODUCTS 2.01 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 EXECUTION 3.01 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials in a legal manner. Indian River County West WWTP Roof Replacement 01 7400-1 Cleaning and Waste Management [CAIN 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Final Acceptance. G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. 1. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. H. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. I. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Final Acceptance. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. K. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. CONSTRUCTION WASTE MANAGEMENT PLAN A. Waste Management Plan shall include the following: Indian River County West WWTP Roof Replacement 01 7400-2 Cleaning and Waste Management 1. Solid Waste Disposal and Diversion document. a. Identification of materials recycled. b. Identification of materials landfill. C. Identification of hazardous wastes and disposal. 2. Locations of sorting and waste storage facilities on Site Plan of project. . 3. Final documentation of subcontractor/supplier waste management/recycling data. 4. Final documentation of hazardous waste disposal plan. B. Construction Waste Management Plan Implementation: 1. The Contractor shall designate an on-site party (or parties) responsible for instructing workers and overseeing and documenting the Waste Management Plan. 2. The "Summary of Construction Waste/Recycling" shall be completed each month and submitted as part of Application for Payment. a. All materials identified in the Summary shall be reported by weight. b. Where weight is not applicable, Contractor shall report materials by units applicable to material recipient. C. Contractor shall procure receipts or other validation of waste management procedures and include them as part of the submittal. 3. The Contractor shall distribute copies of the "Summary of Construction Waste/Recycling" to the Consultant, Owner and each subcontractor involved in the plan. 4. The Contractor shall provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse and return methods to be used by all parties at appropriate stages of the Work. 5. Separation facilities: a. Contractor shall define specific areas to facilitate separation of materials for recycling, salvage, re -use or return. b. Recycle and waste bin areas are to be maintained in an orderly manner and clearly marked to avoid contamination of materials. C. Do not mix recyclable materials. d. Store hazardous wastes in secure areas. 6. Hazardous wastes: a. Hazardous wastes shall be separated, stored and disposed of in accordance with local and EPA regulations and additional criteria listed below: i. Building products manufactured with PVC or containing chlorinated compounds shall not be incinerated. ii. Disposal of fluorescent tubes to open containers is not permitted. iii. Unused fertilizers shall not be co -mingled with construction waste. C. Program profits: 1. All profits from recycling of construction waste shall be granted to the Contractor. Indian River County West WWTP Roof Replacement 01 74 00-3 Cleaning and Waste Management 3.03 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Final Acceptance. a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. e. Remove debris and surface dust from roofs and walls. f. Clean transparent materials and glass in windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. g. Remove labels that are not permanent. h. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. i. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess foreign substances. j. Replace parts subject to unusual operating conditions. k. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 0174 00 Indian River County West WWTP Roof Replacement 01 7400-4 Cleaning and Waste Management SECTION 0177 00 CLOSEOUT PROCEDURES PART GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection Procedures. 2. Project Record Documents. 3. Warranties. 1.02 SUBSTANTIAL COMPLETION A. The Contractor shall submit written certification to the Engineer that the Project is sub- stantially complete along with the following: 1. Prepare a list of items to be completed and corrected (Contractor's punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 4. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 5. Advise Owner of changeover in heat and other utilities. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 7. Complete final cleaning requirements, including touchup painting. 8. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Substantial Completion Inspection: On receipt of written substantial completion certifi- cation, the Engineer will make a substantial completion inspection within seven (7) days after receipt of certification. 1. Should the Engineer consider the Work not substantially complete, he will im- mediately notify the Contractor, in writing, stating the reasons. The Contractor shall complete the Work and send a second written notice to the Engineer, certi- fying the Project is substantially complete, at which time the Engineer will re- inspect the work. 2. Should the Engineer consider the Work substantially complete, Engineer will no- tify Owner and include a list of items to be completed or corrected (Punch List). 3. A punch list of items will be prepared for correction and completion before the Final Inspection. The Contractor shall complete the punch list items within fif- teen (15) days of the punch list inspection. If the Contractor fails to complete the punch list within this period, the Owner will have the right to impose liquidated damages in the amount of nine hundred fifty six ($956.00) dollars for each con- secutive day until all of the items are completed. 1.03 FINAL COMPLETION Indian River County West WWTP Roof Replacement 01 7700-1 Closeout Procedures A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: I . Submit signed copy of Engineer's inspection list of items to be completed or cor- rected (punch list). The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 2. Submit evidence of fastener pull tests to building department for archival. 3. Submit evidence of final, continuing insurance coverage complying with insur- ance requirements. 4. Instruct Owner's personnel in operation, adjustment, and maintenance of prod- ucts, equipment, and systems. B. Final Inspection: The submission of the signed punch list constitutes as written request for final inspection for acceptance. On receipt of request, Engineer along with the Own- er's Representative will conduct a final inspection within seven (7) days of receipt of cer- tification. 1. Should the Engineer consider that the Work is finally complete in accordance with requirements of the Contract Documents, he will request the Contractor to make Project Closeout Submittals. 2. Should the Engineer consider that the Work is not finally complete, he will notify the Contractor, in writing, stating the reasons. 3. The Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written notice to the Engineer certifying that the Work is complete, at which time the Engineer will re -inspect the Work. 1.04 PROJECT RECORD DOCUMENTS A. General: Do not use Project Record Documents for construction purposes. Protect Pro- ject Record Documents from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours. The Contractor shall submit all required record documents and warranties within thirty (30) days of the punch list inspection. If the Contractor fails to properly submit all required items within this period, the Owner will have the right to im- pose liquidated damages in the amount of nine hundred fifty six ($956.00) dollars for each consecutive day until all of the items are properly submitted. B. Record Drawings: Maintain and submit one set of blue- or black -line white prints of Contract Drawings and Shop Drawings. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to pre- pare the marked -up Record Prints. a. Give particular attention to information on concealed elements that can- not be readily identified and recorded later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark record sets with erasable, red -colored pencil. Use other colors to distin- guish between changes for different categories of the Work at the same location. 3. Note Construction Change Directive numbers, Change Order numbers, alternate Indian River County West WWTP Roof Replacement 01 7700-2 Closeout Procedures numbers, and similar identification where applicable. 4. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover sheets. C. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifica- tions. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Note related Change Orders and Record Drawings, where applicable. D. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. The following items shall be submitted, not lim- ited to: 1. Completed and signed Engineer's Punch List 2. Copy of Manufacturer's Final Inspection Report 3. Fastener Pull Tests 4. Landfill Charge Tickets 5. Asbestos Disposal Manifests (If Applicable) 6. Certificate of Occupancy (If Applicable) 1.05 WARRANTIES A. Asphalt Shingle Roofing System warranty as outlined in Section 07 31 13. B. Pre -finished Sheet Metal finish warranty as outlined in Section 07 62 00. C. Contractor's five (5) year warranty on their company letterhead using sample contained in the Project Manual. Contractor will be required to attend two post construction field inspections: the first no earlier than twenty -three (23) months and no later than twenty-four (24) months after the date of Final Completion and the second no earlier than fifty- nine (59) months and no later than sixty (60) months. Contractor shall complete any corrective action requested by Owner, Engineer, or Manufacturer at no addi- tional cost to the Owner. D. Contractor's Asbestos -Free Warranty on their company letterhead using sample con- tained in the Project Manual. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0177 00 Indian River County West WWTP Roof Replacement 01 7700-3 Closeout Procedures SECTION 06 10 00 ROUGH CARPENTRY PART GENERAL 1.01 SECTION INCLUDES A. Rough Carpentry work required to facilitate installation of new roof assembly including: 1. Replace damaged gable wall panel sheathing. 2. Removal and replacement of damaged, rotted or deteriorated rough carpentry with pressure treated rough carpentry to match existing.. 3. Re-securement of existing wood plywood deck. 4. Re-securement of existing rough carpentry to remain in place. 5. Provide pressure treated wood blocking and plywood sheathing. 1.02 REFERENCES A. Refer to the following references, current edition for specification compliance: 1. Florida Building Code 2. American Society for Testing and Materials (ASTM) 3. American Wood -Preserver's Association (AWPA) a. AWPA E12 - Standard Method of Determining the Corrosion of Metal in Contact with Wood. b. AWPA M4 - Standard for the Care of Preservative Treated Wood Products. C. AWPA P5 - Standard for Waterborne Preservatives. d. AWPA T1 - Use Category System: Processing and Treatment Standard. e. AWPA Ul - Use Category System: User Specification for Treated Wood. 4. American Plywood Association (APA) 5. American National Standard a. ANSUSPRI ES -1 Wind Design Standard for Edge Systems Used with Low Slope Roofmg Systems 6. Underwriters Laboratories, Inc. (UL) 7. FM Global/Factory Mutual Research (FM) 1.03 DEFINITIONS A. Rough Carpentry includes carpentry work not specified as part of other Sections and generally not exposed. B. KDAT: Kiln Dried After Treatment. 1.04 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for Submittals. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies Indian River County West WWTP Roof Replacement 06 10 00-1 Rough Carpentry with this specification. 1.05 QUALITY ASSURANCE A. Contractor shall inspect wood to be installed for damage, warping, splits, and moisture content as defined by the applicable wood products industry standards. Materials that do not comply shall be rejected. B. Rough carpentry installation shall present a smooth, consistent substrate for roof system and flashing installation. C. Qualifications of workers: Provide sufficient, competent and skilled carpenters in accordance with accepted practices and supervisors who shall be present at all times during execution of this portion of the work, and who shall be thoroughly familiar with type of construction involved in this section and related work and techniques specified. D. Moisture Content: 1. Treated wood products shall be KDAT. 2. Treated lumber used in the roofing assembly shall not be stored or installed in a manner exposing it to rain. 3. Moisture content of treated lumber shall be 19 percent or less before being covered/enclosed into roofing assembly. 4. Contractor shall be responsible for ensuring lumber is delivered, stored and installed at 19% or less moisture content. 5. Plywood shall be 18% or less before being covered/enclosed into roofing assembly. E. Each piece of treated lumber and plywood shall bear the stamp of the AWPA Quality Mark, indicating compliance with the requirements of the AWPA Quality Control Program. F. Lumber Standards: Comply with PS 20 and applicable rules of respective grading and inspecting agencies for species and products indicated. G. Plywood Product Standards: Comply with PS 1 (ANSI A 199.1) or, for products not manufactured under PS 1 provisions, with applicable APA Performance Standard for type of panel indicated. H. Installation of all required new rough carpentry for roofing and flashing terminations to ensure plumb, uniform and level metal flashings. I. Rough carpentry installation shall ensure roof membrane flashing transitions are smooth for complete roof drainage and appearance. Installation of all fasteners and associated materials to secure rough carpentry as detailed and specified. 1.06 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Store a minimum of four inches above ground on framework or blocking. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks. Cover with protective waterproof covering providing for adequate air circulation and ventilation Indian River County West WWTP Roof Replacement 06 1000-2 Rough Carpentry B. Exposure to precipitation during shipping, storage or installation shall be avoided. If material does become wet, it shall be replaced or permitted to dry prior to covering or enclosure by other roofing, sheet metal or other construction materials (except for protection during construction). C. Immediately upon delivery to job site, place materials in area protected from weather. D. Do not store seasoned materials in wet or damp portions of building. E. Protect sheet materials from corners breaking and damaging surfaces, while unloading. PART 2 PRODUCTS 2.01 MATERIALS A. Lumber: Shall Be No. 2 or better spruce or southern yellow pine. Shall be sound, thoroughly seasoned, dressed to nominal finish dimension, and free of warpage, cupping, and bowing. Dimensions shall be determined by job conditions or as indicated in detail drawings. B. Plywood Sheathing: Shall be structural 1 rated. Plywood shall be stamped APA RATED SHEATHING grade -C or better, and shall be manufactured with exterior glue (exposure 1). Plywood shall have a minimum thickness of 3/4 inch or as required to match existing. C. Preservative Treatment for Above Ground Use: Treatment: ACQ as manufactured for Viance in accordance with AWPA U1 and P5, P26, P27, P28, P29 as appropriate. a. Use 0.15 lb/cu ft (2.4 kg/m3) of ACQ in accordance with AWPA U1: (UC3B) as appropriate. 2. Treatment: Ecolife or EL2 as manufactured by Viance. a. Use 0.019 lb/cu ft (0.3 kg/m3) of Ecolife or EL2 (+ 0.2 lb/cu ft MCS) in accordance with AWPA U1 (UC3B) as appropriate. Treat wood in the following locations: a. In contact with roofing and flashing. b. In contact with masonry or concrete. C. Exposed to weather. d. Other locations indicated. 2.02 FASTENERS A. General: All fasteners shall be stainless steel or as approved by Engineer. Fasteners securing pressure treated lumber shall be manufactured for corrosion resistance and exposures associated with pressure treated wood applications. Nails shall not be used at roof edges to fasten rough carpentry, lumber, plywood, etc. Screws, anchors, and/or machine bolts shall be used to secure rough carpentry at roof perimeter edges. Indian River County West WWTP Roof Replacement 06 1000-3 Rough Carpentry 4. Masonry screws, spikes, and drive -pins shall not be used to fasten edge/perimeter nailers to concrete decks: Minimum 1/2" diameter anchors or bolts shall be used to secure roof edge nailers to concrete substrates. B. Wood to steel deck and light gage steel framing (16-ga. or less): Shall be #14-13 =DPI, pancake or panhead, corrosion resistant, ASTM A153, FM Approved, self -drilling and self -tapping screw, length to provide minimum 3 pitches of thread through metal thicknesses. Acceptable manufacturers include: a. ITW Buildex Teks b. Concealor® C. Blazer d. SFS Intec e. Engineers accepted equivalent. C. Wood to wood: Screws: No. 10 or greater, stainless steel wood screws with flat head, or insulation screws. Length to embed into base substrate a minimum of 1-1/2 Nails: 8, 10 or 16 penny, stainless steel, ring shank nails. Length to embed into base substrate a minimum 1-1/2". Acceptable manufacturers include: a. Maze Nails b. Anchor Staple and Nail C. Swan Secure Products d. Manasquan Premium Fasteners e. Engineers accepted equivalent. D. Wood to brick, concrete block, other masonry units, and solid concrete substrates: Epoxy adhesive anchoring system: Minimum 1/2 inch diameter, corrosion resistant threaded rods supplied by the anchoring system manufacturer, length as required to provided minimum embedment as required by fastener manufacturer based upon substrate being secured. Screen for substrate provided by fastener manufacturer. Corrosion resistant nut and 1-1/2" diameter flat washer. Acceptable manufacturers include: a. Hilti Hit Hy -10 Plus b. Powers Fasteners, Inc. AC 100 Anchoring System C. ITW Ramset Epcon C6 Fast Curing Epoxy d. Engineers accepted equivalent E. Wood to solid concrete substrates: Masonry screws, 1/4 inch minimum diameter, Type 410 stainless steel with flat head. Length to provide minimum 1" embedment into substrate. Acceptable manufacturers include: a. Tapcon by ITW Buildex, b. KWIK-CON II by Hilti C. Powers Fasteners Tapper + d. Engineers accepted equivalent. Indian River County West WWTP Roof Replacement 06 1000-4 Rough Carpentry 2. Sleeve -Type, or Wedge -Type, Expansion Anchor: Minimum 1/2 inch diameter, Type 304 or 316 Stainless Steel, Expansion Anchor Bolt Assembly of length as required to provided minimum embedment as required by fastener manufacturer based upon substrate being secured. Acceptable manufacturers include: a. Lok/Bolt, Power Bolt or Power -Stud by Powers Fasteners b. Redi-Bolt, Dynabolt or Trubolt by Red Head Anchoring Systems C. Kwik Bolt by Hilti d. Engineers accepted equivalent. F. Wood to structural steel (greater than 12 -GA.): #12-24 DP5 (for steel thickness up to 1/2") or DP4 (for steel thickness from 1/8" to 3/8"), flat or hex head, corrosion resistant, self-drilling/self-tapping fastener of length to provide minimum 3 pitches of thread through metal thicknesses. Acceptable manufacturers include: a. ITW Buildex Teks b. SFS Intec C. Blazer d. Engineers accepted equivalent G. Wood to Grouted Cavity: Grout: High strength, non-metallic, non -shrink grout for precision grouting and general construction Conform to ASTM C476 and ASTM C 1107. Acceptable manufacturers include Commercial Grade Quikrete, Precision Grout, Kauffman SureGrout or Engineers accepted equivalent. Grout type proportioned by volume as follows: a. Portland cement or blended hydraulic cement: one part. b. Hydrated lime: 0 to 1/10 part. C. Fine aggregate: 2-1/4 to three times sum of volumes of cement and lime used. d. Coarse aggregate: one to two times sum of volumes of cement and lime used. e. Sum of volumes of fine and coarse aggregates: Do not exceed four times sum of volumes of cement and lime used. 2. Bolt: corrosion resistant threaded J bolt meeting ASTM A 307, Grade A with ASTM A 563 hex nuts and flat washers, diameter of 1/2". H. Toggle Bolt: Shall be V4" diameter toggle bolt consisting of machine screw and spring wing toggle with flat mushroom head, length as required by conditions. Washers: Fasteners heads for screws, anchors and bolts terminating at the surface of nailers shall be provided with a minimum 5/8 inch diameter, stainless steel or similar corrosion resistance flat washer provided by fastener manufacturer, unless washer is provided from factory as part of the fastener assembly. PART 3 EXECUTION 3.01 INSPECTION Indian River County West WWTP Roof Replacement 06 1000-5 Rough Carpentry A. Contractor shall inspect substrates to receive rough carpentry, and ensure substrates are in satisfactory condition prior to installation of rough carpentry. B. Contractor shall inspect all new and existing rough carpentry including fasteners for material condition before proceeding with installation. Deteriorated, rotted, damaged, split, warped, twisted or wet materials shall be removed and replaced with specified materials. Refer to Section 0122 00 -Unit Prices. C. Contractor shall remove old cants, tapered edge strips, debris, old fasteners, etc. that interfere with the installation of new rough carpentry. D. Contractor shall notify Engineer in writing of unsatisfactory conditions. E. Commencement of work signifies Contractor's acceptance of substrates. Any defects in roofing work resulting from such accepted substrates shall be corrected at no additional expense to the Owner. 3.02 PREPARATION A. Steel/Metal Substrates: 1. Any pressure treated wood to contact steel or metal shall have the steel/metal coated with a heavy coating of asphalt primer. B. Roof Deck and Structure: 1. Roof deck and structure shall be dried and broomed and/or vacuumed clean of debris and foreign matter prior to installation of the new rough carpentry. 2. Contractor shall adjust substrates to receive rough carpentry to ensure completed rough carpentry installation is acceptable for roofing and sheet metal flashings. 3.03 INSTALLATION A. Remove existing damaged or deteriorated wood blocking, nailers, and curbs and replace with new material of same dimensions. B. Re -secure all existing wood nailers at roof edges that are to remain. Fastener type and spacing shall comply with this specification. C. Install new wood blocking, nailers, and curbs to achieve a minimum eight inch flashing height above the roof membrane. Wood nailers at perimeter roof edges and expansion joints shall be installed to match insulation height. Maintain constant nailer height at perimeter edges. D. Wood blocking and nailers shall be installed concurrently with roof system installation. Removal of insulation and/or folding back of roof membrane to install wood blocking and nailers at a later date is not acceptable. E. Set rough carpentry to required levels and lines, with members plumb, true to line, material cut to fit, and braced to hold work in proper position. Use a belt sander to remove any obtrusive surface irregularities. Drive nails and spikes home; and pull bolt nuts tight with heads and washers in close contact with the wood. F. Fit rough carpentry to other construction; scribe and cope for accurate fit. Correlate Indian River County West WWTP Roof Replacement 06 1000-6 Rough Carpentry location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. All joints between wood shall be installed for a smooth transition. G. Attachment: 1. The Contractor shall consult the fastener manufacturer's published literature and follow the recommended requirements for pre -drilling, cleaning, placement and compatibility of substrates. Follow manufacturer's requirements for fasteners spacing, substrate preparation and substrate embedment where not specified. 2. Securely attach rough carpentry work to substrate with fasteners. Anchor to resist a minimum force of 300 lbs/lineal foot in any direction. 3. Rough carpentry attachment shall meet the requirements herein and that of the current FM Loss Prevention Data Sheet 1-49, Perimeter Flashing. 4. Install bolts flush with the top surface of nailers where possible to avoid countersinking. Bolt bottom nailers then fasten upper nailers where possible. Countersink bolts, nuts and screws flush with wood surfaces only as detailed. 5. Install fasteners without splitting wood. Pre -drill where necessary. Split or damaged wood shall be removed, or repaired and/or re -secured to provide acceptable conditions. 6. For anchors, pre -drill concrete and masonry units to prevent damage or cracking of the masonry. Consult fastener manufacturer's published guides. Damaged masonry shall be repaired, and fasteners shall be removed and re -installed in an acceptable location. 7. Fastener spacing: Fasteners shall be staggered 1/3 the board width and installed within 6" of each end. a. Screws and 1/4 inch diameter anchors securing wood to concrete or masonry units shall be spaced 12 inches on center maximum, staggered, with fasteners installed at each end of nailer lengths to prevent wood from twisting at board joints. b. Screws securing wood to wood shall be installed 12 inches apart, staggered, with two screws installed within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints. C. Screws securing wood to steel decking shall be 12 inches apart. d. Self -drilling, and/or pre -drilled self -tapping screws securing wood to structural steel shall be spaced 12 inches apart, staggered, with one screw within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints. e. Nails securing wood to wood shall be spaced 12 inches apart, staggered, with two nails installed within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints. Plywood Deck Securement: Nail plywood sheathing with 8d ring shank (0.131 inch X 2-1/2 inches) nails or screws at 4 inches on center along the edges of plywood and 6 inches on center along the intermediate roof framing. H. Select fasteners of size and length that will not be exposed from the building interior and/or from the ground, or remove protruding fasteners, paint or finish to eliminate exposure. I. Thickness of wood nailers shall be flush with adjacent insulation and other materials. Additional fasteners shall be installed to ensure nailers are flush. Indian River County West WWTP Roof Replacement 06 1000-7 Rough Carpentry J. Unless otherwise detailed, plywood used as blocking or shim shall be installed below dimensional lumber such that the fastener head terminates at the dimensional lumber surface. K. Wood nailers at roof perimeters, expansion joints, roof area dividers, etc. shall not be less than 3 feet long. L. When multiple nailers are installed stacked two high or more, offset nailers no less than 12" such that joints at nailer end do not line-up vertically. M. Each end of nailers shall be fastened with additional fasteners to ensure a smooth transition at butted joints, and to prevent warping and/or twisting. N. Shims: 1. The Contractor shall add plywood and lumber shims as required for the specified height and thickness. 2. Shims shall make full contact with stacked rough carpentry. Partial shim contact, and small shim pieces spaced apart are not acceptable. 3. Plywood used as blocking or shim shall be installed below dimensional lumber such that the fastener head terminates at the dimensional lumber surface. O. Curbs: 1. Adjust wood curbs to support rooftop piping, ducts, equipment, etc. 2. Raise equipment to provide required flashing height for roofmg. 3.04 CLEAN-UP A. The Contractor shall ensure the site and building are cleaned to meet pre -construction conditions, as accepted by the Owner. B. The site and building shall be free of saw dust from pressure treated lumber, fasteners and other debris. C. Damages to the building, grounds, equipment and site shall be repaired or replaced by the Contractor to meet pre -construction conditions, as accepted by the Owner. END OF SECTION 06 10 00 Indian River County West WWTP Roof Replacement 06 1000-8 Rough Carpentry SECTION 07 0150 PREPARATION FOR REROOFING PART GENERAL 1.01 SECTION INCLUDES A. Preparatory work to be completed prior to roof installation including but not limited to: 1. Removal of existing roof assemblies down to the structural plywood deck. 2. Repairs to structural plywood deck. 3. Repair of gable wall siding 1.02 DEFINITIONS A. Removal: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain property of the Owner. B. Existing to remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and rein- stalled in their original locations. C. Material ownership: Except for items or materials indicated to be reused, salvaged, rein- stalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site. 1.03 EXISTING ROOF ASSEMBLIES* A. Sectors A and B 1. Existing roofing generally consists of a recovery asphalt shingle roof secured over an original asphalt shingle roof secured over underlayment on structural plywood deck. 2. Primary roof slope is approximately 5:12. Slope *Roof system composition is based on random sampling. Contractor is responsible for verification of roof system composition. 1.04 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for Submittals. B. Manufacturer's Product Data Sheets for all materials specified certifying material com- plies with this specification. 1.05 QUALITY ASSURANCE A. Qualifications: Previous experience removing existing roof systems. B. Requirements: Contractor to comply with governing EPA regulations and haul- ing/disposal regulations of authorities having jurisdiction. Indian River County West WWTP Roof Replacement 0701 50-1 Preparation for Reroofing 1.06 SCHEDULING A. Conduct demolition so that Owner's operations will not be disrupted. Provide 72 hours notification to Owner of activities that will affect Owner's operations. 1.07 WARRANTIES A. Any damage to existing items under warranty shall be repaired/replaced with materials acceptable to the Warrantor. PART 2 PRODUCTS 2.01 MATERIALS A. Wood Deck 1. Refer to Specification Section 06 10 00. PART 3 EXECUTION 3.01 EXADIINATION A. Survey existing conditions to determine extent of demolition. B. Record the conditions of items to be removed/reinstalled and items to be re- moved/salvaged. C. Contractor shall not remove any element that may result in structural deficiency or col-. lapse of any part of the structure or adjacent structures during demolition. D. Contractor to inspect substrate for soundness and notify Engineer in writing of any defi- ciencies. Commencement of work signifies Contractor's acceptance of site conditions. 3.02 UTILITIES/SERVICES A. Maintain existing utilities that are to remain in service and protect them against damage during selective site demolition unless authorized in writing by the Owner and authorities having jurisdiction. 1. Locate all conduits and equipment attached to the underside of the decking prior to reroofing. Insulation fastener locations are not to disturb existing conduits or interior components/equipment. 2. If utilities serving occupied portions of the site must be shut down, .temporary services shall be provided. 3. Provide 72 hours notice to Owner if shut down is required. 4. Where services are to be removed, relocated or abandoned, provide necessary bypass connections to remaining occupied buildings and areas. 3.03 PREPARATION A. Do not begin demolition until utilities have been disconnected/sealed and have been veri- fied as such in writing. B. Do not close off or obstruct streets, walks or other adjacent occupied facilities without permission from Owner and authorities having jurisdiction. Indian River County West WWTP Roof Replacement 0701 50-2 Preparation for Reroofing C. Provide safe conditions for pedestrians. Erect temporary protection such as walkways, fences, railings and canopies as required by OSHA and other governing authorities. D. Provide protection for adjacent building, appurtenances and landscaping to remain. Erect temporary fencing around trees to remain. E. Provide temporary weather protection as required to prevent water leakage and damaged to exterior or interior of adjacent structures. 3.04 POLLUTION CONTROLS A. Use water, mist, temporary enclosures and other suitable methods to limit the spread of dust and dirt. Comply with local EPA regulations. 1. Do not use water where damage may occur or where hazardous conditions would be created such as ice or flooding. 3.05 REMOVALS A. Demolish and remove existing construction only to the extent required by new construc- tion. B. Remove all existing roofing, membrane and sheet metal and discard. C. Remove or correct any obstruction which might interfere with the proper application of new materials. D. Remove debris from existing materials to provide clean, dry substrate. E. Remove and transport debris in a manner that will prevent damage/spills to adjacent buildings and areas. F. Dispose of demolished items and materials on a daily basis. On-site storage of removed items is not permitted. G. Transport demolished materials off-site and dispose of materials in a legal manner. H. Perform progress inspections to detect hazards resulting from demolition activities. 3.06 FLASHING HEIGHTS A. Permanently raise roof top equipment as required to achieve 8" minimum flashing height. B. Provide additional wood blocking to top of parapet walls and expansion joints to achieve minimum 8" flashing height. C. Extend all existing sanitary vents to height required by the applicable Plumbing Code, but no less than. 8 inches and no more than 12 inches above the finished roof system. 3.07 LIGHTWEIGHT CONCRETE FILL A. Remove all loose, wet, and deteriorated existing lightweight concrete fill from repair ar- ea. B. If fill is wet or deteriorated down to the steel form deck refer to Steel Deck Repair below. Indian River County West WWTP Roof Replacement 0701 50-3 Preparation for Reroofing C. Mix lightweight concrete fill with water utilizing ratios, quantities, and methods recom- mended by the manufacturer. D. Slowly pour lightweight fill into repair area and screed off flush with surrounding exist- ing fill. E. Mechanical attachment of base sheet may begin after the new fill has set. 3.08 COUNTERFLASHING PREPARATION A. Counterflashing to Remain: Neatly bend existing counterflashing up at walls as required to completely remove existing base flashings and to install new base flashings. After in- stallation of new base flashings, neatly bend counterflashing back in place using suffi- cient care to prevent deformation to the finished counterflashing. B. Provide finished openings as indicated. C. Install veneer materials of same type, size and finish to match existing. Set units in full beds of mortar to match adjacent joints in thickness. Tool joints to match. D. Repair exterior finish to match adjacent surfaces. 3.09 CLEANING A. Inspect the site daily and clean up debris and hazards at the end of each day. Adjacent roads, drives and walkways shall remain in operation and free from construction materi- als debris. B. Clean adjacent structures of dust dirt and debris. Return adjacent areas to original condi- tions to the satisfaction of the Owner. END OF SECTION 07 0150 Indian River County West WWTP Roof Replacement 0701 50-4 Preparation for Reroofing SECTION 07 3113 ASPHALT SHINGLE ROOFING PART GENERAL 1.01 SECTION INCLUDES A. Installation of a new Underwriters Laboratory 790 Class A, shingle type roof system including flashing and all accessories. 1.02 REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code 2. National Roofing Contractors Association - NRCA 3. Asphalt Roofing Manufacturers Association - ARMA 4. Factory Mutual Research - FM 5. Underwriters Laboratories, Inc. - UL 1.03 SUBMITTALS A. Refer to Section 013 3 00 -Submittals. B. Selection Samples: Complete set of color cards representing manufacturer's full range of available colors and patterns. C. Submit manufacturer's installation instructions, showing required preparation and installation procedures. D. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. 1.04 1 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the roofing system products specified in this section, with minimum 25 years experience. B. Installer Qualifications: Certified or authorized by shingle manufacturer for steep slope installation, certified to install enhanced warranty projects. C. System application to be in accordance with the current Asphalt Roofing Manufacturer's Association's Residential Asphalt Roofing Manual (ARMA) and the proceeding requirements and details. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened labeled packaging until ready for installation. B. Store products in a covered, ventilated area, at temperature not more than 110 degrees F (43 degrees C); do not store near steam pipes, radiators, etc., or in sunlight. C. Store bundles on flat surface to maximum height recommended by manufacturer. Weight equalization boards must b used if pallets are to be double stacked. Indian River County West WWTP Roof Replacement 0731 13-1 Asphalt Shingle Roofing D. All rolls must be stored on end. E. Bundles should not be dropped on edge nor should attempt be made to separate shingles by "breaking" over ridge or other bundles. F. Handle shingles carefully in hot weather to avoid damaging shingle edges. 1.06 JOB CONDITIONS A. Substrate: Proceed with shingle work only after substrate construction and penetrating work have been completed. B. Environmental Conditions 1. Proceed with shingle work only when weather conditions are in compliance with manufacturer's recommendations and when substrate is completely dry. 2. Contractor shall take extra precautions in temperatures below 40 degrees F. 3. Contractor shall protect the deck and building interior from the elements during the course of the work. 1.07 WARRANTY A. Manufacturer's Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace asphalt shingles that fail in materials within specified warranty period. Material failures include manufacturing defects and failure of asphalt shingles to self -seal after a reasonable time. Material Warranty Period: a. Twenty (20) years from date of Substantial Completion, non -prorated for the first ten (10) years. 2. Wind -Speed Warranty: Asphalt shingles will resist blow -off or damage caused by wind speeds up to 120 mph. 3. Algae -Discoloration Warranty Period: Asphalt shingles will not discolor. PART 2 PRODUCTS 2.01 MATERIALS A. Architectural Shingles 1. Fiberglass mat, 235 lbs. per sq. (minimum), dimensional, mineral granule surfaced, self-sealing two-ply laminated, asphalt roofing shingle. 2. Shingles to meet Underwriter's Laboratory Class A requirements for wind resistance and external fire hazard. 3. Shingles shall meet ASTM D 3018 Type 1 self sealing and D 3462. 4. Shingles shall be resistant to algae/fungus discoloration. 5. Color to be selected by Owner. B. Hip and Ridge Shingles: Mineral granule surfaced pre -fabricated, precut, individual units approved by asphalt shingle manufacturer. C. Self -Adhering Underlayment: 40 -mil minimum thickness sheet; slip -resistant surfacing, Indian River County West WWTP Roof Replacement 0731 13-2 Asphalt Shingle Roofing polyethylene -film -reinforced top surface laminated to SBS -modified asphalt adhesive, with release paper backing; suitable for high temperature applications up to 250 degrees, approved by asphalt shingle manufacturer such as: 1. Mid -States Asphalt Quik -Stick HT. 2. Grace Ice and Water Shield HT. 3. Carlisle WIP 300 HT. 4. Engineer's accepted equivalent D. Ventilation Components: Ridge Vent: Shingle -over design as provided by asphalt shingle manufacturer. E. Miscellaneous 1. Underlayment Fasteners: Plastic capped nails, V in length with a V diameter head. 2. Starter Strips: As recommended and required by asphalt shingle manufacturer to meet specified warranty requirements. 3. Shingle Fasteners: Hot -dipped galvanized roofing nail of adequate length to penetrate the deck a minimum of 3/4 inch with 1-1/2" in min length, annular threaded 11 or 12 gauge with a 3/8" diameter head. 4. Hip and Ridge Shingle Fasteners: Hot -dipped galvanized roofing nail of adequate length to penetrate the deck a minimum of 3/4 inch with 2-1/2" in min length, 11 or 12 gauge with a 3/8" diameter head. 5. Roof Cement: Asbestos free polymer modified trowel grade asphaltic cement meeting the requirements of ASTM D 4586 Type I or II. 6. Vent Pipe Flashings: Pre -fabricated, rigid section, high-density polypropylene or other UV -stabilized material. PART 3 EXECUTION 3.01 INSPECTION 3.02 3.03 A. Contractor shall verify that deck surfaces are dry, free of ridges, warps, or voids and that work penetrating the roof deck, or which may otherwise affect the roofing has been properly prepared. B. Notify Engineer in writing of unsatisfactory conditions. Do not proceed with shingle work until all unsatisfactory conditions have been corrected in a manner acceptable to the Engineer. PREPARATION A. General. All surfaces shall be swept or vacuumed prior to commencement of roofing. APPLICATION A. Self -Adhering Underlayment 1. Install per Manufacturer's recommendations except as noted herein. 2. End laps to be a minimum of 4", and side laps a minimum of 2". 3. Completely cover deck surface with one ply of underlayment by laying underlayment parallel to eaves. Indian River County West WWTP Roof Replacement 0731 13-3 Asphalt Shingle Roofing B. Metal 1. At eaves, drip edge is installed below the underlayment and ice dam protection membrane which assures that water drains completely off the roof. 2. At rakes, drip edge is installed over the underlayment and ice dam protection membrane to prevent wind-blown rain from working its way onto the deck between the drip edge and underlayment. 3. Install sheet metal flashing and trim in accordance with the detail drawings, manufacturer's requirements, and Section 07 62 00 -Sheet Metal Flashing and Trim. C. Shingles 1. Install starter strips. Project first course of shingles 3/4" beyond face of drip edge. 2. Place asphalt shingles in straight coursing pattern with manufacturer recommended exposure to produce a double thickness over entire roof area. 3. Install per the six (6") inch method. Stair step with 6" offset and blend shingles from several bundles for color uniformity. 4. Hand nail shingles only in place ,through double thickness area designated by fastener line and driven per manufacturer's recommendations with a minimum of six (6) nails per shingle. D. Ridge Vents 1. Cut continuous vent slots through sheathing, stopping 6" from each end of ridge. 2. On roofs without ridge board, make slot 2" wide, centered on ridge. 3. Install ridge vent material full length of ridge, including uncut areas. 4. Butt ends of lengths of ridge vent material and join using roof cement. E. Hips and ridges. 1. Apply shingles up to a hip or ridge from both sides of roof before finishing intersection. Adjust the last few courses so ridge capping will adequately cover top courses of shingles equally on both sides of ridge. 2. To apply the capping, bend each shingle along centerline of longer dimension to extend an equal distance on each side of hip or ridge. In cold weather, warm the shingle until it is pliable before bending. Apply the shingles with a 5 -inch exposure, beginning at the bottom of the hip or from end of ridge opposite the direction of prevailing winds. Secure each shingle side, 5-1/2 inches back from the exposed end and 1 inch up from the edge. 3. Apply quarter -sized dabs of roof cement on exposed fasteners of last hip and ridge shingle. F. Step flashing: 1. Provide dimensions indicated on the Contract Drawings. 2. Turn underlayment system vertically up wall as indicated in the Contract Drawings. 3. Install starter course butted tight against the vertical wall. Fasten per Manufacturer's instructions. 4. Provide kick -out flashing with fully soldered seams over starter course and set in bed of roof cement. Secure with two nails approximately 1 inch from upslope edge of horizontal flange. 5. Provide first course of step flashing directly over kick -out flashing. Secure with Indian River County West WWTP Roof Replacement 0731 13-4 Asphalt Shingle Roofing 3.04 two nails approximately 1 inch from upslope edge of horizontal flange. Dab roof cement at each fastener. 6. Install shingle course over step flashing, butt shingle that intersects the wall firmly against step flashing and secure in place. Do not provide shingle fastener through step flashing. 7. Seal edge of shingle over step flashing with quarter sized dab of roof cement. G. Daily Tie-ins: Contractor to take adequate provisions on tie-ins between new roofing and . existing. Contractor is responsible for all interior damages associated with his operations. PROTECTION A. Lay out progression of work to minimize working on or above completed roofing. B. Minimize traffic over finished roof surface. END OF SECTION 07 3113 Indian River County West WWTP Roof Replacement 0731 13-5 Asphalt Shingle Roofing SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART GENERAL 1.01 WORK INCLUDED A. Fabrication and installation of new sheet metal flashings and trim to provide a permanently watertight condition. 1.02 . REFERENCES A. Refer to the following references for specification compliance: 1. Florida Building Code (FBC) 2. American Society for Testing and Materials (ASTM) 3. National Roofing Contractors Association (NRCA) 4. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 5. ANSI/SPRI ES -1 1.03 SUBMITTALS A. Refer to Section 013 3 00 -Product Submittals for Submittals. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Pre -finished sheet metal and sealant color chart. D. Shop Drawings for any transitions and/or terminations not depicted in Contract Drawings. 1.04 1 MOCK-UPS A. Provide mock-ups of the following sheet metal components prior to fabrication of the components: 1. Gutter: Provide mock-up of gutter, gutter bracket and gutter hanger. Mock-up shall include one lap in gutter section. 2. Gravel Stop/Metal Edge and Fascia Cover: Provide minimum 10' length of gravel stop/metal edge and fascia cover. Include at least one lap of each component. 3. Counter Flashing: Provide minimum 10' length of counter flashing and cleat mock-up. Mock-up shall include at least one seam of the configuration specified. Provide mock-up of any receiver and/or counter flashing components as part of the detail. 1.05 QUALITY ASSURANCE A. Installation shall comply with the Contract Drawings and current SMACNA Architectural Sheet Metal Manual. B. Ensure work is free of leaks in all weather conditions. Indian River County West WWTP Roof Replacement 07 62 00-1 Sheet Metal Flashing and Trim 1.06 C. Fabricate metal edge (where no gutter is present) and coping in accordance with ANSUSPRI ES -1 requirements. D. Workmanship shall be first-class in every respect. The sheet metal work shall be assembled and secured in accordance with these specifications, the manufacturer's requirements and referenced standards. DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application. B. Storage: Store materials within areas designated or approved by the Owner. Ensure materials remain dry, covered and not in contact with the ground. C. Handling: Handle material in such manner as to preclude damage and contamination with moisture or foreign matter. 1.07 PROJECT CONDITIONS A. Environmental: Protect building and its components from the elements at all times during the project. B. Coordination and Scheduling: Coordinate all phases of work to allow continuity of work without delays. 1.08 WARRANTY A. Contractor to provide the pre -finished sheet metal manufacturer's thirty (30) year finish warranty from the date of substantial completion PART 2 PRODUCTS 2.01 PRE -FINISHED ALUMINUM A. ASTM B209 Aluminum Alloy Sheet and Plate, alloy and temper 3003-H14, primed and finished on one side with Kynar/Hylar based fluoropolymer coating of 1.0 mil total dry film thickness, and on the reverse side, with a wash coat of 0.3 to 0.4 mil dry film thickness. A strippable plastic film should protect the finish during fabrication and installation. Manufacturer's standard color to be selected by Owner. 1. 050 inch (50 -mil) a. Continuous Cleat 2. 040 inch (40 -mil) a. Slip Flashing b. Receiver Flashing C. Counterflashing d. Coping e. Fascia Cover f. Metal Edge g. Gutter Indian River County West WWTP Roof Replacement 07 62 00-2 Sheet Metal Flashing and Trim h. Downspouts 3. Gutter Brackets: Prime and paint to match gutter, or clad in gutter material. If painting, form brackets prior to painting and paint prior to installation. Touch up paint after installation. a. 1/4" x 2" for gutter girth of 20" to 24" 4. Gutter Spacers/Downspout Hangers: 1/16" x 1" 2.02 STAINLESS STEEL A. 26 gauge, Type 304 as tested in accordance with ASTM A 167. 1. Pitch Pan 2.03 LEAD A. Four pound soft lead: 1. Soil Pipe Flashing 2. Lead Wedges 2.04 FASTENERS A. Roofing Nails: 11 or 12 -gauge, stainless steel ring shank roofing nails with diamond point, minimum 3/8" diameter head and 1-1/4" length. B. Screws: #10 stainless steel hex or pan head screws with length to penetrate substrate a minimum of 1-1/2". C. Concrete and Masonry Anchors: 1/4" diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2". D. Washers: Shall be stainless steel with neoprene gasket backing. Shall be 9/16" diameter for use with #12 screws and 5/8" diameter for use with 1/4" diameter concrete and masonry anchors. E. Rivets: #44 stainless steel rivets with stainless steel mandrel. Length of rivet to properly fasten particular sheet metal components. Rivets shall be factory painted to match adjacent sheet metal. 2.05 RELATED MATERIALS A. Sheet Metal Underlayment: 40 -mil minimum thickness sheet; slip -resistant surfacing, polyethylene -film -reinforced top surface laminated to SBS -modified asphalt adhesive, with release paper backing; suitable for high temperature applications up to 250 degrees. Acceptable products include: 1. Mid -States Asphalt Quik -Stick HT. 2. Grade Ice and Water Shield HT 3. Carlisle WIP 300 HT B. PVC Flashing: 20 mil corrosion resistant, waterproof PVC flashing. Indian River County West WWTP Roof Replacement 07 62 00-3 Sheet Metal Flashing and Trim C. Polyurethane Sealant: One -component elastomeric gun grade polyurethane sealant conforming to ASTM C 920, Type S, Grade NS, Class 25, and use NT, M, A, G, or O as required by substrate conditions.. Color to match adjacent materials. D. Silicone Sealant: Shall be a one -component, non -sag, neutral cure, low -modulus, UV resistant, high performance silicone sealant. Shall meet ASTM C 920, Type S, Grade NS, Class 100, Use M, G, A or O. Color to match adjacent materials. E. Sealant Tape: Minimum ''/z" wide non -skinning butyl sealant tape. F. Aluminum Tape: Pressure -sensitive, 2" wide aluminum tape used as a separation layer between small areas of asphalt contamination and the membrane and as bond breaker under the metal edge cover plates. G. Backer Rod: Closed -cell polyethylene or polyurethane rods sized approximately 25% larger than joint opening. H. Non -Shrink Grout: High early strength, non -rusting non -shrink grout conforming to ASTM C 1107 Grade C (modified for rapid -setting grout) such as 747 Rapid Setting Grout as manufactured by ThoRoc (ChemRex), Multi -Purpose Non -Shrink Grout as manufactured by US Mix, or Sikagrout 212 as manufactured by Sika. I. Pourable Sealer: Two-part pourable polyurethane sealant conforming to ASTM D 429, and designed to seal around penetrations. PART 3 EXECUTION 3.01 EXANIINATION A. Coordinate with other work for correct sequencing of items which make up the entire system. B. Ensure substrates are installed, secured and modified to accommodate sheet metal flashings. C. Deficiencies associated with the sheet metal substrates shall be reported to Engineer before beginning sheet metal work. All such deficiencies shall be corrected before installing sheet metal flashings. 3.02 INSTALLATION A. General: 1. All joints to be locked and sealed or soldered. 2. Provide for thermal movement (expansion and contraction) of all exposed sheet metal. 3. Where dissimilar metals contact, galvanic action shall be prevented by means of heavy coat of asphalt paint. 4. Prime all metal surfaces (top and bottom) to receive bituminous materials. Allow primer to dry thoroughly before application of bituminous materials. 5. All metal flanges shall be installed on top of membrane and adhered as indicated in detail drawings. Metal flanges connected to the roof shall be installed per membrane manufacturer's specifications and the requirements herein. Indian River County West WWTP Roof Replacement 07 62 00-4 Sheet Metal Flashing and Trim 6. Various sheet metal sections shall be uniform with corners, joints and angles mitered, sealed and secured. 7. Exposed edges shall be returned (hemmed); both for strength and appearance, and sheet metal shall be fitted closely and neatly. 8. Provide cleats or stiffeners and other reinforcements to make all sections rigid and substantial. 9. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, "oil canning", and buckling. 10. All sheet metal details shall provide for redundancy including but not limited to sheet metal underlayment and/or sealants. This secondary protection shall be installed, sealed and lapped to ensure a redundant layer of protection will shed moisture infiltration in the sheet metal fails. B. Sheet Metal Underlayment: 1. Fully adhere to substrates where indicated in Contract Drawings. 2. Lap adjoining sections a minimum of 3" and fully adhere. . 3. Shall extend beyond wood blocking a minimum of 1 " at roof edges and parapet walls. 4. At roof edges and parapet walls, sheet metal underlayment shall be installed concurrently with roof membrane and flashing installation. Temporary weather protection utilizing other materials is not acceptable when sheet metal underlayment is specified. C. Fasteners: Shall be size and type required by Florida Product Approval or NOA. 1. All fasteners to be rust resistant and compatible with materials to be joined. 2. All exposed fasteners shall be stainless steel screws with washers fastened through 5/16" predrilled oversized holes. 3. All exposed fasteners into concrete or masonry shall be metal based expansion anchor with stainless steel pin with washers fastened through 11/32" predrilled oversized holes. 4. All exposed fasteners shall have factory painted heads to match the sheet metal color. 5. Exposed horizontal surface fasteners are not acceptable. D. Soil Pipe 1. Provide Prefabricated Pipe Penetration Flashing as shown in detail drawing with a 4" minimum flange. 2. Set flange in a full bed of roofing cement over base ply and strip in as specified. 3. Provide separate flashing cap extending a minimum of 1" down inside pipe, and a minimum of 3" down outside the pipe. 4. Clean and solder all seams. E. Elevation Wall Stucco Stop Counterflashing 1. Fabricate counterflashing as shown in detail drawings in 10' lengths. 2. Carefully bend existing stucco stop out of the way for reroofing. 3. Install counterflashing as indicated in detail drawings and secure to existing stucco stop 12 inches on center. 4. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. Indian River County West WWTP Roof Replacement 07 62 00-5 Sheet Metal Flashing and Trim Notch and lap ends of adjoining sheet metal sections not less than 4"; sealant tape between sections. Lap miters at corners a minimum of 1 inch and apply sealant between laps. at 2" on center. F. Metal Edge apply Rivet Fabricate metal edge as shown in detail drawings in 10' lengths. Refer to SMACNA Manual Figure 2-1 except for continuous cleat dimensions which shall be as shown in Contract Drawings. a. Fabricate with 2 -inch vertical gravel stop on north side non -drainage edge on Sector 800. 2. Provide edge metal extension secured to wood blocking 12" on center where indicated in detail drawing. Notch and lap ends of adjoining edge metal extension sections no less than 4"; apply two rows of sealant within joint, and two rows of rivets spaced no more than 1'" apart. Neatly install sealant on rivets and along exposed edge. 3. Provide fascia cover secured to wood blocking 12" on center where indicated in detail drawing. Notch and lap ends of adjoining fascia cover sheet metal sections not less than 4"; apply sealant tape between sections. 4. Install continuous cleat as indicated in detail drawings fastened to substrate 6" on center. Locate fasteners no greater than 2" from the bottom hem. 5. Lock metal edge onto continuous cleat and set flange of metal edge in a continuous bed of roof cement over sheet metal underlayment and secure flange of metal edge to wood blocking 3" on center staggered and not within '/2" from inside edge and 3/4" from outside edge. 6. Leave a '/4" opening between metal edge sections. Center cover plates over opening, set in roof cement, and install two nails through the center of the cover plate between metal edge sections. Refer to SMACNA Manual Figure 2-5A. 7. Strip -in flange of metal edge as specified. 8. Hand tong all of metal edge onto continuous cleat. G. Gutters 1. Fabricate to profile shown in Contract Drawings. Refer to SMACNA Manual Figure 1.2 Style D. 2. Gutters shall be continuous, roll formed from coil stock on site or formed in 10' lengths. a. Joints in gutters must be lapped a minimum of 1 inch, riveted 1 inch on center. Install sealant tape between gutter sections and sealant at exposed inside edge and on rivets. Lap joints in the direction of water flow. 3. Provide fascia cover secured to wood blocking 12" on center where indicated in detail drawing. Notch and lap ends of adjoining fascia cover sheet metal sections not less than 4"; apply sealant tape between sections. 4. Provide butt type expansion joints in gutters at spacing appropriate for the type material used to fabricate gutters. Refer to SMACNA Manual Figure 1-7. Maximum length of gutters shall be 50'. Indian River County West WWTP Roof Replacement 07 62 00-6 Sheet Metal Flashing and Trim 3.03 5. Provide downspout outlet tubes in downspout locations. Refer to SMACNA Manual Figure 1-33B. Gutter outlet tubes to be tabbed a minimum of 1", set in a full bead of sealant and secured to gutter with a minimum of two rivets per tab. 5. Provide primed and painted brackets and spacers as shown in detail drawings. Evenly stagger the placement of brackets and spacers. Spacing shall be 36" on center for both brackets and spacers. 7. Spacers shall be riveted to both sides of the gutter only. 8. Brackets shall be secured with two stainless steel fasteners to the wood blocking. 9. Leading edge of gutter to be a minimum of 1" below the back edge as shown in detail drawing. 10. Hang gutters level. 11. Metal Edge: Refer to Metal Edge installation indicated above. H. Downspouts: 1. Fabricate downspouts in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-32B. 2. Downspouts shall tie into existing below grade storm drainage system or if no below grade system is. applicable downspouts shall kick -out above grade onto concrete splash blocks. Fill in soil to provide slope away from building. 3. Downspouts shall be installed at support column locations at all applicable locations. 4. Each downspout shall be secured to the structure with two-piece hangers spaced no more than 8' apart with a minimum of two hangers per downspout with a .hanger located within 12" from bottom. Hangers shall be primed and painted to match downspouts. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-35H. 5. Downspouts are to be fashioned so as to run back to (at overhangs) and parallel to the support columns/walls. 6. Provide discharge elbow at the base of downspout. 7. Install splash pans on 18" by 30" walk pads where downspouts discharge onto an adjacent roof area. Splash pan fabrication shall meet SMACNA Figure 1-36. I. Pitch Pan — Lightening Aerials 1. Fabricate pitch pan as shown in detail drawings. Refer to SMACNA. 2. Size pitch pan minimum 2" larger than the penetration on all sides. Provide a 4" minimum flange and double walls with minimum depth of 4". 3. Set flange of pitch pan in full bead of roof cement and strip -in flange of metal edge as specified. 4. Strip -in flange of pitch pan as indicated in the Contract Drawings. 5. Install 2" wide aluminum tape around all sides of pitch pan extending 1/2" above top edge. 6. Fill pitch pan with non -shrink grout to a depth of 2" from the top of the tape. 7. Fill pitch pan with pourable sealer to the top of the tape. Slope to shed water. 8. Secure pipe enclosure flashing and cap as indicated in detail drawings. 9. Clean and solder all seams. CLEANING AND PROTECTION A. All sheet metal work shall be thoroughly cleaned of all asphalt, flux, scrapes and dust. B. Scratches through the metal finish shall be replaced to the Owner's satisfaction. Indian River County West WWTP Roof Replacement 07 62 00-7 Sheet Metal Flashing and Trim END OF SECTION 07 62 00 Indian River County West WWTP Roof Replacement 07 62 00-8 Sheet Metal Flashing and Trim