Loading...
HomeMy WebLinkAbout2019-060AIndian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 INVITATION TO BID Project Name: !RC NORTH RO PLANT ROOF REPLACEMENT (!RC -1802) Bid #: Bid Security Required: 'Public Construction Bond Required: Pre -Bid Meeting 2019031 5% YES, for contracts over $100,000 Yes Bid Opening Date: Wednesday, January 23, 2019 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: purchasingPircgov.com Page 1 of 41 Bid No. 2019031/IRC-1802 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 # 2019031 IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT (IRC -1802) Project Description: The Project involves removal and disposal of the existing roof system (approximately 19,963 square feet) including flashings and sheet metal down to the existing roof deck and provides new PVC roof system along with sheet metal flashing and accessories resulting in a complete, watertight, 20 -year warrantable roof system. Detailed specifications are available at: www.demandstar.com or by selecting "Current Solicitations" at http://www.ircgov.com/Departments/Budget/Purchasing." Deadline for receipt of bids has been set for 2:00 P.M., on WEDNESDAY, JANUARY 23, 2019. 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. A Pre -Bid Conference will be held on Thursday, January 10, 2019 at 10:00 A.M., in the Public Works conference room A1-303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. Attendance at this conference is Highly Encouraged. 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, DECEMBER 23, 2018 Please furnish Tear Sheet, Affidavit of Publication, and Invoice to: Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Page 2 of 41 Bid No. 2019031/IRC-1802 TABLE OF CONTENTS INVITATION TO BID 1 TABLE OF CONTENTS 3 STATEMENT OF NO BID 4 BIDDER INFORMATION FORM 5 INSTRUCTIONS TO BIDDERS 6 ' GENERALTERMSANDCONDITIONS 6 TECHNICAL SPECIFICATIONS 13 SCOPE 13 BID FORM 14 BID SCHEDULE 15 AIA DOCUMENT A310 BID BOND 17 DRUG-FREE WORKPLACE CERTIFICATION 18 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS 19 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES 21 BIDDERS QUALIFICATIONS QUESTIONNAIRE 22 LIST OF SUBCONTRACTORS 26 SAMPLE AGREEMENT 27 PUBLIC CONSTRUCTION BOND 37 PUBLIC CONSTRUCTION BOND 39 SAMPLE CERTIFICATE OF LIABILITY INSURANCE 40 NOTICE TO PROCEED 41 Page 3 of 41 Bid No. 2019031/IRC-1802 STATEMENT OF NO BID Should you elect not to bid, please complete and send this page by email (purchasing@ircgov.com), fax 5140) or by mail to Indian River County Purchasing, 1800 27th Street, Vero Beach, FL 32960. Please select all of the foliowing that apply. Our decision not to bid on the subject project was based on: Project is located too far from our base of operations Project value too low Project specifications unclear (please explain below) Material availability may be a challenge Our current schedule wi1I n'ot allow us to perform Unable to meet insurance requirements Other: Other: Page 4 of 41 Bid No. 2019031/IRC-1802 BUDDER INFORMATION FORM Please return one copy of this form with your bid to assist us in learning more about where our solicitation opportunities are most often found. Please tell us how you found out this Requesfor Qualifications was released/available: ||l | X ! } !ndan River Press Journal (TCPaIm) Demandstar/Onvia Email from Purchasing Division Indian River County Web Site P|anroom (Please provide the name): Other (piease describe): Page 5 of 41 Bid No. 2019031/IRC-1802 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 soiicitation. This restriction is effective from the time of bid advertisement untii 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 4, Title of the Bid, Date of the Bid opening, and Time of the Bid Opening and name of firm submitting. 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 1800 27th 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 ornnbyhis / her signature. Bids must besubnoittedonforms provided bvIndian River County. ,0 :Bids not submitted onthe attached fpnm&Jshall be rejected.Subnnit1a|ofonennarhedorigina|bid,onecopyp\usa 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 8idder,Bidder */i|\enter into aContract vviththe County and furnish the required lUO96Public Construction Bond 'wvithinthetinnefrannesetbytheCoun1y.|f8idderfai|stodoso,the8idSecuri1yvvi\|bere1ainedbythe[ountyas 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. of Bids: A bid may be modified or withdrawn by an appropriate document duly executed in the anner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time ofopening ofbids. If, within Z4hours after Bids are opened,any bidder filesaduly sin dvrittennotice '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 particuiar vendor or supplier for the materials described in the requisition. The invoiced amount of County Purchased Materials and applicable sales tax, had the purchases not been tax exempt, once finalized through the Owner's Purchase Order Page 6 of 41 Bid No. 2019031/IRC-1802 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 ofthe bid. The County may, at its option, grant additional time forany delay orfailure 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 ofthe resulting Agreement. irrevocable Offer: Bidder warrants by virtue of bidding that the prices quoted in this bid wilt 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 d 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. : 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 rovisionsofChapter 119, Florida Statutes. If this project is federo||y'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 y 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 FeesIn accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River[ounty as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted bidder. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be Page 7 of 41 Bid No. 2019031/IRC-1802 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 (purchasing@ircgov.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. 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 Page 8 of 41 Bid No. 2019031/IRC-1802 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. Scrutinized Companies Lists: The bidder certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, Contractor certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. The County may terminate this Contract if Company is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. County may terminate this Contract if Company, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. Accordingly, firms responding to this solicitation shall return with their response an executed copy of the attached "Certification Regarding Prohibition Against Contracting With Scrutinized Companies." Failure to return this executed form with submitted bid/proposal/statement of qualifications will result in the response being deemed non-responsive and eliminated from consideration. 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. Page 9 of 41 Bid No. 2019031/IRC-1802 Local Indian River County has no local ordinance or preferences, as set forth in Florida Statutes section 355.0991(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. 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 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, unc/e, aunt, first cousin, nephew, niece, husband, wife, father-in-law, !nother'/n-/ow4 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" inctudes 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 tosubmit the form may because for rejection ofthebidorproposa|. 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 shail 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 5 days of Owner's request, Page 10 of 41 Bid No. 2O19O]1/IRC-18OZ 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 ofthe 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. Termination by the County: The County reserves the right to terminate a contract by giving thirty (30) days' notice, �nvvriting,ofthe intention toterrn|nate,ifatany time the contractor fails toabide byorfu|�||any ofthe 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 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 'euennption,bvthe way ofinjunctive orotherre|iefasprovidedbx|av4shaUbeuponthe8idder. Licensure: Bidder must possess State of Florida General Contractor's license and be licensed by Indian River County. .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 es 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. Page 11 of 41 Bid No. 2019031/IRC-1802 Commercial General (Public) Liability other than Automobile $1,000,000.00 Combined single limit for Bodily Injury and Property Damage Commercial General A. Premises / Operations B. Independent Contractors C. Products / Completed Operations D. Personal Injury E. Contractual Liability F. Explosion, Collapse, and Underground Property Damage Automobile $1,0}O,}UOl}Combined single limit Bodily Injury and Damage Liability A. Owner Leased Automobiles B. Non -Owned Automobiles C. Hired Automobiles D. Owned Automobiles • Proof ofInsurance: 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 reservethe 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 Conditionshall have End of General Terms and Conditions Page 12 of 41 Bid No. 2019031/IRC-1802 TECHNICAL SPECIFICATIONS SCOPE The Project involves removal and disposal of the existing roof system (approximately 19,963 square feet) including flashings and sheet metal down to the existing roof deck and provides new PVC roof system along with sheet metal flashing and accessories resulting in a complete, watertight, 20 -year warrantable roof system. Plan set as follows: Sheets & D2 with each sheet bearing the general title of NORTH COUNTY RO PLANT Project Manual: Prepared by REI ENGINEERS Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR. End of Technical Specifications Page 13 of 41 Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 1 Issue Date: January 7, 2019 Project Name: North County RO Plant Roof Replacement (IRC -1802) Bid Number: 2019031 Bid Opening Date: January 23, 2019 This addendum is being released to update the location of the non -mandatory pre-bid meeting. The location is changed as follows: A Pre -Bid Conference will be held on Thursday, January 10, 2019 at 10:00 A.M., in the Public Works conference room Al 303 A1-102 (across the hall from Commission Chambers) of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. Attendance at this conference is Highly Encouraged. Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 2 Issue Date: January 15, 2019 Project Name: North County RO Plant Roof Replacement (IRC -1802) Bid Number: 2019031 Bid Opening Date: January 23, 2019 This addendum is being released to provide minutes from the pre-bid meeting and answer questions received to date. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Attachments: Pre -Bid Meeting Minutes Pre -Bid Meeting Presentation Photos Pre -Bid Sign In Sheet Page 1 of 3 Board of County Commissioners 1801 27th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE-BID MEETING AGENDA - MINUTES JANUARY 9, 2019, 10:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room A1-102 Building A Project Name: IRC NORTH RO PLANT ROOF REPLACEMENT- 775158TH AVENUE, VERO BEACH, FL 32967 Project Number: IRC -1802 Bid Number: 2019031 The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. If no objections, questions, additions, or comments are received within five (5) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. INTRODUCTIONS SIGN IN SHEET This is a Pre -Bid Meeting for the IRC North RO Plant Roof Replacement project. This meeting will be recorded, and the minutes will become part of the project record. PROJECT DESCRIPTION: The Project involves removal and disposal of the existing roof system (approximately 19,963 square feet) including flashing and sheet metal down to the existing roof deck, and provision of a new PVC roof system along with sheet metal flashing and accessories to provide a complete, watertight, 20 - year warrantable roof system. CONTRACT DETAILS Bid opening: Thursday, January 31, 2019 at 2:00 PM Contract time: 90 days to substantial completion 120 days to final completion Estimate: $300,000.00 Liquidated Damages: $964.00 per day CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircgov.com Page 2 of 3 PROJECT CONSULTANTS: REI Engineers, Inc. OTHER COORDINATION IRC Utilities PROJECT CONSIDERATIONS • Normal work hours (7AM to 5PM), weekend work hours • Portable restroom facilities • Sensitive equipment and hardware located within the building • Lightning Protection —A question was asked regarding testing the existing lightning protection. Testing the lightning protection is not included in this project. • Inspection of project site/building — During a discussion regarding inspection of the building site, County Staff agreed to allow the attendees to visit the site after the Pre -Bid meeting. Future requests to visit the site must be directed to the County Purchasing Division. ADDENDUMS • Provide project related comments and questions to Indian River County Purchasing Division ASAP. Response to comments and questions received within 10 days of the bid opening date may not be considered. DISCUSSION Questions & Answers: Following an introduction and presentation of the project by IRC Infrastructure Project Manager Andy Sobczak, the meeting was opened to questions and comments by the attendees. -The budget for the project was requested by a contractor in attendance. The estimated construction cost for the project is $300,000.00. -A contractor asked for the project timeframe. The timeframe of the Contract is 90 days to Substantial Completion and 120 days to Final Completion. -Andy Sobczak mentioned that the building permit for the project was already applied for and paid for by the County. -A question was asked regarding the replacement of the sole rooftop AC. With this project, we are only looking for replacement of the AC's curb. - A contractor asked if all the roof decks are concrete. Yes, they are all concrete. -A question was asked regarding the ages of the roofs on the different building sections. The roofs are approximately 20 years old over the original section of the building while Pale 3 of 3 the roofs over the newer portion of the building are approximately 10 years old. -A contractor asked about the existing gutters, if they are to be replaced. The existing stainless steel gutters are in good shape and will not be replaced as part of this project. With no more questions or comments the meeting was ended at 10:20AM. The attendees then met onsite at the North RO Plant to inspect the project. Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 3 Issue Date: January 18, 2019 Project Name: North County RO Plant Roof Replacement (IRC -1802) Bid Number: 2019031 Bid Opening Date: January 23, 2019 This addendum is being released to revise the specifications and answer questions received to date. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Attachment: Revised Specifications Addendum 3 Questions and Answers 1. ROOFS A, B, & C ARE TO GET A BASE LAYER OF 1.5" ISO AND 1/2" DENS DECK PRIME CORRECT? This is a correct interpretation of the specification. Please reference the specification for listed material grades and classes included with the original bid documents. 2. 3. ROOF AREAS D & E ARE TO GET 7/4"/FT. TAPERED 150 WITH AN MINIMUM STARTING THICKNESS OF 4" INCLUDING THE TAPERED ISO AND THEN A W' DENS DECK PRIME CORRECT? Please reference the attached Revised Specifications Addendum 3 from REI Engineers, Inc. which clarifies insulation requirements. ROOF AREA F IS TO GET 1.5" WWI. TAPERED ISO WITH A MINIMUM STARTING THICKNESS OF 1.5" INCLUDING THE TAPERED ISO AND A THEN A Y2" DENS DECK PRIME CORRECT? THE SPEC SECTIONS SAYS 1.5" MAXIMUM THICKNESS FOR ROOF AREA F BUT IT ALSO STATES 1/4"/FT. TAPERED ISO. Please reference the attached Revised Specifications — Addendum 3 from REI Engineers, Inc. which clarifies insulation. requirements. WE ARE TO USE A FLEECE BACK MEMBRANE FULLY ADHERED CORRECT? THE SPEC SECTION SAYS 4. FELT BACK MEMBRANE. Both membrane backings are acceptable. Membrane backing terminology is manufacturer dependent. 5. We would like to submit Duro-last, for your consideration to be used as an equal or better per Addendum 3 project specifications. Alternate products will not be considered until after award. Submitted bids must use specifications provided in the bid documents. Page 2 of 2 E N G 1 N E E R S. DATE: January 17, 2019 FROM: REI Engineers TO: Bidders of Record REFERENCE: Specification Update for Addendum No. 3 Indian River County Indian River County North RO Plant Roof Replacement REI Project No. 018TPA-011 This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated December 18, 2018 as noted below. This addendum consists of one (1) page and the attached revised Specification Sections: • Technical Section "01 11 00 Summary of Work". • Technical Section "07 22 16 Roof Insulation". CHANGES TO SPECIFICATIONS: 1. Replace Specification Section ""01 11 00 Summary of Work" with attached "01 11 00 Summary of Work (Revision No. 1)". Specification section has been updated to remove references to tapered insulation. 2. Replace Specification Section ""07 22 16 Roof Insulation" with attached "07 22 16 Roof Insulation (Revision No. 1)". Specification section has been updated to remove references to tapered insulation and clarify R-20 insulation requirements. ALL OTHER REQUIREMENTS AND PROVISIONS OF THE BIDDING DOCUMENTS REMAIN UNCHANGED. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. FAILURE TO DO SO MAY BE CAUSE FOR REJECTION OF THE BID. END OF ADDENDUM Engineering solutions for tomorrowTM PAGE 1 OF 1 10150 Highland Manor Drive, Suite 200 reiengineers.com 813.944.2137 Tampa, FL 33610 SECTION 01 11 00 (Revision No. 1) SUMMARY OF WORK PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCITMENTS A. Project Name: Indian River County North RO Plant Roof Replacement B. Project Address: 7751 58th Street, Vero Beach, Florida, 32967 C. Owner: Indian River County D. Engineer: The Contract Documents, dated December 18, 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: 1. Roof Sections A, B & C: (Approximately 11,713 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers and gutters to remain in place; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 2. Roof Sections D & E: (Approximately 6,785 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers to remain in place; install wall scupper drains, repair wall at abandoned scupper locations; install new counter flashing; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 3 Roof Sections F: (Approximately 1,465 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers to remain in place; install wall scupper drains; repair wall at abandoned scupper locations; install new counter flashing; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 4. 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. F. Asbestos Containing Roofing Materials (ACRM): 1. It is the intention of these specifications that no asbestos bearing materials be incorporated into the work. In the event the contractor should determine Indian River County North RO Plant Roof Replacement 01 11 00-1 (Revision No. 1) Summary of Work 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 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 CSI/CSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to cross- reference Contract Documents. Sections in the Project Manual are in numeric sequence.; however, the sequence is incomplete. Consult the Table of Contents at the beginning of the Project Manual. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Indian River County North RO Plant Roof Replacement 01 11 00-2 (Revision No. 1) Summary of Work Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 11 00 (Revision No. 1) Indian River County North RO Plant Roof Replacement 01 11 00-3 (Revision No. 1) Summary of Work SECTION 07 22 16 — Revision 1 ROOF INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof Sections A, B & C: Prepare existing concrete deck and adhere base layer insulation system. Then adhere attach gypsum overlayment. B. Roof Section D & E: Prepare existing concrete deck and adhere R-20 tapered insulation system. Then adhere attach gypsum overlayment. C. Roof Section F: Prepare existing concrete deck and adhere base layer insulation system. Then adhere attach gypsum overlayment. 1.02 RELATED DOCUMENTS 1. Rough Carpentry Section 06 10 00 2. Preparation for Reroofing Section 07 01 50 3. Thermoplastic Single Ply Roofing Section 07 54 00 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. FBC Building Code 2. National Roofing Contractors Association — NRCA 3. FM Global 4. Underwriters Laboratories, Inc. — UL 5. ASHRAE Standard 90.1 1.04 DESCRIPTION A. R Value (Roof Sections D & E Only) 1 The minimum continuous "R -value" for the above deck insulation system shall be 20 and in accordance with the current Energy Conservation Code and ASHRAE 90.1. 2. R value to be based on Long -Term Thermal Resistance (LTTR) for polyisocyanurate insulation and manufacturer's published data for all other insulation components, as tested in accordance with ASTM C177, C236, C518 or C976. 1.05 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for requirements. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Roof insulation plan from material supplier with minimum R -value for roof sections D & E. Indian River County North RO Plant Roof Replacement 07 22 16-1 Revision 1 Roof Lnsulation D. Latest edition of the Manufacturer's current material specifications and installation instructions. 1.06 QUALITY ASSURANCE A. Insulation to be installed in accordance with their respective manufacturer's requirements. B. Insulation(s) not bearing UL label at point of delivery shall be rejected. C. Insulation damaged or wetted before, during, or after installation shall be removed from the job site no later than the next working day from the day such damage or moisture contamination is noted. D. Wind Design: Install insulation system to meet the required wind uplift pressures as specified on contract drawings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Delivery: Material shall be delivered in the manufacturer's original sealed and labeled shrouds and in quantities to allow continuity application. B. Storage: Materials shall be stored out of direct exposure to the elements on pallets or dunnage at least 4 inches above ground level at site location acceptable to Owner. 1. Utilize tarps that will completely cover materials to prevent moisture contamination. Remove or slit factory shrouds and/or visqueen; do not use these materials as tarps. 2. Install vapor retarders under material storage areas located on the ground. 3. Remove damaged or deteriorated materials from the job site. C. Handling: Material shall be handled in such a manner to preclude damage and contamination with moisture or foreign matter. 1.08 PROJECT CONDITIONS A. Insulation shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application. B. Contractor will take necessary action to restrict dust, asphalt, and debris from entering the structure. C. No more roofing will be removed than can be replaced with insulation, membrane and base flashings in the same day to create a watertight installation. PART 2 PRODUCTS 2.01 MATERIALS A. Insulation Boards: 1. Roof Insulation System (Roof Sections A, B & C): a. Shall be rigid polyisocyanurate roof insulation board with factory applied Indian River County North RO Plant Roof Replacement 07 22 16-2 Revision 1 Roof Insulation coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Maximum permissible insulation board size for mechanical attachment is 4' x 8' and for foam adhesive and hot asphalt attachment is 4' x 4'. Field cutting of larger boards is not acceptable. e. Thickness shall be a minimum of 1.5 inches. 2. Roof Insulation System (Roof Sections D & E): a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an . additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Board size shall be 4 foot by 4 foot. e. Minimum thickness shall be two layers of 2" insulation f. Fill Insulation: Shall be rigid polyisocyanurate meeting the above requirements with board size of 4 foot by 4 foot and thickness of 2". g. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. Roof Insulation System (Roof Section F): a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Board size shall be 4 foot by 4 foot. e. Insulation thickness shall be 1.5 inches. f. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. 4. Cover Board: Shall be cover board approved by roof system manufacturer. Board Size shall be 4' by 8' and minimum thickness shall be as listed below or as required by roof system manufacturer. Acceptable products include: Indian River County North RO Plant Roof Replacement 07 22 16-3 Revision 1 Roof Insulation a. Georgia Pacific 1/2" DensDeck Prime Roof Board 5, Tapered Edge Strip: Shall be a closed -cell polyisocyanurate foam core integrally bonded to non -asphaltic, fiber -reinforced organic felt or inorganic coated -glass facers. Fabricated with "zero edge" to provide transitions as required by field conditions: a. Shall be installed at edges to make transitions as detailed in Contract Drawings. b. Use 2" by 24" tapered edge strips to form crickets in front of curbs wider than 12" and to provide slope transition at the outside of drainage sumps. c. Use 1.5" x 12". B. Insulation Attachment Materials: 1. Foam Adhesive: Shall be a one or two part, VOC compliant, moisture -cured polyurethane foamable adhesive designed as roof insulation adhesive and approved by insulation manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Contractor to inspect substrate for soundness and notify Engineer in writing of any deficiencies. B. Commencement of work signifies Contractor's acceptance of substrate. Any defects m roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 3.02 PREPARATION A. General 1. Roof deck to be dry and broomed clean of debris and foreign matter prior to installation of insulation system. 3.03 APPLICATION A. General 1. Application shall be in accordance with the insulation/membrane manufacturer's instructions and these specifications. 2. All insulation to be in full sheets, carefully fitted and pushed against adjoining sheets to form tight joints. Gaps exceeding 1/4 inch will not be accepted. 3 Insulation and overlayment boards that must be cut to fit shall be saw cut or knife - cut in a straight line, not broken. Chalk lines shall be used to cut insulation. Uneven or broken edges are not acceptable. 4. Remove insulation dust and debris that develops during insulation cutting operations. 5 Joints between successive and adjacent layers of insulation to be offset a minimum of six (6") inches. Indian River County North RO Plant Roof Replacement 07 22 16-4 Revision 1 Roof Insulation 6. Stagger joints of gypsum overlayment/overlayment insulation one (1') foot (vertically and laterally) to ensure that joints do not coincide with joints from the previous or adjacent layer. 7. Crickets, saddles and tapered edge strips shall be installed before the overlayment insulation. 8. Adhere cant strips and tapered edge strips at transitions, terminations and/or penetrations as detailed or required in ribbons of foam adhesive or a full mopping of hot asphalt to ensure smooth transitions are provided for the roof membrane and flashings. 9. Provide necessary modifications to insulation system or nailers at roof edges as required to ensure a flush and smooth transition is provided for the roof membrane and flashing. 10. Field modifications of insulation, tapered edge strips and cants shall be made by the Contractor where required to accommodate roof and flashing conditions, prevent water dams and ponding water. Ponding water at scuppers and cricket valleys shall not be accepted. 11. Provide necessary modifications to prevent standing water which is defined as 1/4" of water in a 4 -square foot or larger area 24 hours or more after precipitation. B. Self -Adhered Vapor Retarder 1. Install in accordance with manufacturer's recommendations. 2. Primer Application: The substrate must be clean, dry and free of dust, grease or other contaminants. Shake well before using. Apply to clean and dry surfaces with a paint brush, roller or sprayer. Application rates will vary depending on substrate. Vapor retarder must be installed on the same day as the primer application. Acceptable substrates for primer application include wood, concrete, gypsum boards and decks. Allow primer to dry completely. 3. Vapor Retarder Application Over Steel, Wood or Concrete Deck: Install over a clean and dry substrate. In concrete applications allow concrete to cure for at least 7 days. Do not install when it is raining, snowing, or on wet/humid surfaces. Install in temperatures 32 -degree F (0 degree C) and above. The use of a primer is required on the following substrates: wood, concrete, lightweight concrete, gypsum boards and decks. On metal decks use a metal plate (6 x 42 inches - 15 x 106 cm) to support the membrane end lap between metal flutes ensuring a complete end lap seal. a. Begin application at the bottom of the slope. Unroll vapor retarder onto the substrate without adhering for alignment. Overlap each preceding sheet by 3 inches (75 mm) lengthwise following the reference line and by 6 inches (150 mm) at each end. Stagger end laps by at least 12 inches (300 mm). Do not immediately remove the silicone release sheet. b. Once aligned, peel back a portion of the silicone release sheet and press the membrane onto the substrate for initial adherence. Hold tight and peel back the release sheet by pulling diagonally. c. Use a 75 Ib. (34 kg) roller to press sheet down into the substrate including the laps. Finish by aligning the edge of the roller with the lower end of the side laps and rolling up the membrane. Do not cut the membrane to remove air bubbles trapped under the laps. Squeeze out air bubbles by pushing the roller to the edge of the laps. C. Roof Crickets: Indian River County North RO Plant Roof Replacement 07 22 16-5 Revision 1 Roof Insulation 1. Install tapered insulation system to provide positive slope for complete roof drainage. 2. Crickets shall be sized as shown in the Contract Drawings. Modifications shall be provided to ensure positive slope and prevent standing water along the cricket valley. a. Minimum length to width ratio shall be 2:1. Fabricate partial crickets with dimensions which would result in a minimum length to width ratio of 2:1 if they were extended to full size. b. Unless otherwise noted, fabricate all crickets from tapered stock as required to provide the specified minimum slope. For example, when roof slope is indicated as 1/4" per foot minimum, fabricate crickets with slope of 1/2" per foot minimum. c. Construct crickets on up slope side of all curbs to ensure positive drainage. d. Install tapered edge strips at cricket edges to provide a smooth transition between the cricket and insulation system below. 3. Insulation boards may require mechanical fasteners and stress plates at slope transition of crickets to minimize bridging. D. Roof Drainage: 1. Drainage sumps shall be installed as detailed. 2. The Contractor shall be responsible for carefully laying out the tapered insulation, sumps, drain bowls and scuppers to ensure the finished roof provides complete drainage with no standing water. 3. Contractor shall fabricate miter -cut sumps at scuppers to provide smooth transitions between the insulation system and the drains/scuppers. 4. Sumps shall ensure complete roof drainage and prevent water dams. 5. Contractor shall adjust insulation, drains and scuppers to ensure complete roof drainage and satisfactory substrates for membrane and flashings. 6. Drain sump components shall be fastened to the deck using specified insulation fasteners or adhesives. 7. Circular sumps and sumps that do not provide smooth transition or that create standing water at the drains shall be rejected and shall require removal and replacement. E. Foam Adhesive Application 1. Adhesive beads shall be positioned and spaced at a minimum as indicated in the Contract Drawings. Comply with the requirements of the membrane manufacturer's tested assembly for adhesive spacing and positioning. 2. Adhesive beads shall be sized in accordance with the adhesive manufacturer's guidelines. 3. Insulation boards shall be placed onto the beads and immediately "walked" and/or "weighted" into place. Insulation boards must be placed into the adhesive in strict accordance with the adhesive manufacturer's guidelines. 4. Ensure full adhesion of all layers of insulation and take whatever steps necessary to achieve full adhesion, including but not limited to temporary ballasting of insulation until adhesive sets. END OF SECTION 07 22 16 Revision 1 Indian River County North RO Plant Roof Replacement 07 22 16-6 Revision 1 Roof Insulation Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 4 thsue Date: January 22, 2019 Project Name: North County RO Plant Roof Replacement (IRC -1802) id Number: 2019031 Bid '77 Opening Date Janu This addendum is being released to extend the date for bids to January 31, 2019 before 2:00 p.m. As a reminder, the cone of silence remains in effect, as indicated in the invitation to bid: 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. Bids must be received before 2:00 p.m. on January 31, 019. Indian River County Purchasing Division purchasing@ircgov.com ircgov.com ADDENDUM NO. 5 Issue Date: Project Name: Bid Number: ening Date: January 27, 2019 North County RO Plant Roof Replacement (IRC -1802) 2019031 ,February1'4f20`19; This addendum is being released to extend the date for bids to February 14, 2019 before 2:00 p.m. Modifications to the specifications are forthcoming and anticipated for release as soon as possible. As a reminder, the cone of silence remains in effect, as indicated in the invitation to bid: 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. Bids must be received before 2:00 p.m. on February 14, 2019. Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 6 Issue Date: Project Name: Bid Number: Bid Opening Date: January 29, 2019 North County RO Plant Roof Replacement (IRC -1802) 2019031 February 14, 2019 This addendum is being released to revise the specifications and provide the current plan set. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non- responsive. Attachment: Specification and Drawing Update for Addendum No. 6 EWGINEERS DATE: January 28, 2019 FROM: REI Engineers REFERENCE: Specification and Drawing Update for Addendum No. 6 Indian River County IRC -1802 Indian River County North RO Plant Roof tReplacement This addendum forms a part of the Contract Documents and modifies the original Bidding Documents, including changes to the specifications and drawings as follows: CHANGES TO SPECIFICATIONS: 1. Replace Specification Section ""01 11 00 Summary of Work" with attached "01 11 00 Summary of Work (Revision No. 2)". Specification section has been updated to clarify the vapor barrier requirement. 2. Replace Specification Section ""07 22 16 Roof Insulation" with attached "07 22 16 Roof Insulation (Revision No. 2)". Specification section has been updated to clarify the vapor barrier product requirements. CHANGES TO DRAWINGS: 3. Replace Specification Section "Contract Drawing R1" with attached "Contract Drawing RI (Revision No. 1)". Contract drawing has been updated to correct slope designation and to add a detail marker for the knee wall. 4. Replace Specification Section "Contract Drawing D1" with attached "Contract Drawing D1 (Revision No. 1)". Contract drawing has been updated to incorporate to knee wall detail, clarify concrete anchor requirements for wood nailers and clarify vapor barrier requirements. 5. Replace Specification Section "Contract Drawing D2" with attached "Contract Drawing D2 (Revision No. 1)". Contract drawing has been updated to incorporate requirement to include PVC plumbing for secondary drains, clarify concrete anchor requirements for wood nailers and clarify vapor barrier requirements. Engineering solutions for tomorrow"" PAGE 1 OF 2 10150 Highland Manor Drive, Suite 200 reiengineers.com Tampa, FL 33610 813.944.2137 RE! ENGINEERS IRC -1802 Indian River County North RO Plant Roof Replacement ALL OTHER REQUIREMENTS AND PROVISIONS OF THE BIDDING DOCUMENTS REMAIN UNCHANGED. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. FAILURE TO DO SO MAY BE CAUSE FOR REJECTION OF THE BID. END OF ADDENDUM Engineering solutions for tomorrowTM PAGE 2 OF 2 10150 Highland Manor Drive, Suite 200 reiengineers.com Tampa, FL 33610 813.944.2137 SECTION 01 11 00 (Revision No. 2) SUMMARY OF WORK PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Project Name: Indian River County North RO Plant Roof Replacement B. Project Address: 7751 58th Street, Vero Beach, Florida, 32967 C. Owner: Indian River County D. Engineer: The Contract Documents, dated December 18, 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: 1. Roof Sections A, B & C: (Approximately 11,713 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers and gutters to remain in place; adhere vapor barrier; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 2. Roof Sections D & E: (Approximately 6,785 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers to remain in place; install wall scupper drains, repair wall at abandoned scupper locations; install new counter flashing; adhere vapor barrier; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 3. Roof Sections F: (Approximately 1,465 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers to remain in place; install wall scupper drains; repair wall at abandoned scupper locations; install new counter flashing; adhere vapor barrier; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 4. 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. F. Asbestos Containing Roofmg Materials (ACRM): Indian River County North RO Plant Roof Replacement 01 11 00-1 (Revision No. 2) Summary of Work 1. 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 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. 1. Section Identification: The Specifications use section numbers and titles to cross- reference Contract Documents. Sections in the Project Manual are in numeric sequence.; however, the sequence is incomplete. Consult the Table of Contents at the beginning of the Project Manual. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Indian River County North RO Plant Roof Replacement 01 11 00-2 (Revision No. 2) Summary of Work Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 11 00 (Revision No. 1) Indian River County North RO Plant Roof Replacement 01 11 00-3 (Revision No. 2) Summary of Work SECTION 07 22 16 — Revision 2 ROOF INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof Sections A, B & C: Prepare existing concrete deck and adhere base layer insulation system. Then adhere attach gypsum overlayment. B. Roof Section D & E: Prepare existing concrete deck and adhere R-20 tapered insulation system. Then adhere attach gypsum overlayment. C. Roof Section F: Prepare existing concrete deck and adhere base layer insulation system. Then adhere attach gypsum overlayment. 1.02 RELATED DOCUMENTS 1. Rough Carpentry Section 0610 00 2. Preparation for Reroofing Section 07 01 50 3. Thermoplastic Single Ply Roofing Section 07 54 00 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. FBC Building Code 2. National Roofing Contractors Association — NRCA 3. FM Global 4. Underwriters Laboratories, Inc. — UL 5. ASHRAE Standard 90.1 1.04 DESCRIPTION A. R Value (Roof Sections D & E Only) 1. The minimum continuous "R -value" for the above deck insulation system shall be 20 and in accordance with the current Energy Conservation Code and ASHRAE 90.1. 2. R value to be based on Long -Term Thermal Resistance (LTTR) for polyisocyanurate insulation and manufacturer's published data for all other insulation components, as tested in accordance with ASTM C177, C236, C518 or C976. 1.05 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for requirements. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Roof insulation plan from material supplier with minimum R -value for roof sections D & E. Indian River County North RO Plant Roof Replacement 07 22 16-1 Revision 2 Roof Insulation D. Latest edition of the Manufacturer's current material specifications and installation instructions. 1.06 QUALITY ASSURANCE A. Insulation to be installed in accordance with their respective manufacturer's requirements. B. Insulation(s) not bearing UL label at point of delivery shall be rejected. C. Insulation damaged or wetted before, during, or after installation shall be removed from the job site no later than the next working day from the day such damage or moisture contamination is noted. D. Wind Design: Install insulation system to meet the required wind uplift pressures as specified on contract drawings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Delivery: Material shall be delivered in the manufacturer's original sealed and labeled shrouds and in quantities to allow continuity application. B. Storage: Materials shall be stored out of direct exposure to the elements on pallets or dunnage at least 4 inches above ground level at site location acceptable to Owner. 1. Utilize tarps that will completely cover materials to prevent moisture contamination. Remove or slit factory shrouds and/or visqueen; do not use these materials as tarps. 2. Install vapor retarders under material storage areas located on the ground. 3. Remove damaged or deteriorated materials from the job site. C. Handling: Material shall be handled in such a manner to preclude damage and contamination with moisture or foreign matter. 1.08 PROJECT CONDITIONS A. Insulation shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application. B. Contractor will take necessary action to restrict dust, asphalt, and debris from entering the structure. C. No more roofing will be removed than can be replaced with insulation, membrane and base flashings in the same day to create a watertight installation. PART 2 PRODUCTS 2.01 MATERIALS A. Insulation Boards: 1. Roof Insulation System (Roof Sections A, B & C): a. Shall be rigid polyisocyanurate roof insulation board with factory applied Indian River County North RO Plant Roof Replacement 07 22 16-2 Revision 2 Roof Insulation coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Maximum permissible insulation board size for mechanical attachment is 4' x 8' and for foam adhesive and hot asphalt attachment is 4' x 4'. Field cutting of larger boards is not acceptable. e. Thickness shall be a minimum of 1.5 inches. 2. Roof Insulation System (Roof Sections D & E): a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers 011 the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Board size shall be 4 foot by 4 foot. e. Minimum thickness shall be two layers of 2" insulation f. Fill Insulation: Shall be rigid polyisocyanurate meeting the above requirements with board size of 4 foot by 4 foot and thickness of 2". g. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. 3. Roof Insulation System (Roof Section F): a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thicicness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Board size shall be 4 foot by 4 foot. e. Insulation thickness shall be 1.5 inches. f. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. 4. Cover Board: Shall be cover board approved by roof system manufacturer. Board Size shall be 4' by 8' and minimum thickness shall be as listed below or as required by roof system manufacturer. Acceptable products include: Indian River County North RO Plant Roof Replacement 07 22 16-3 Revision 2 Roof Insulation a. Georgia Pacific 1/2" DensDeck Prime Roof Board 5. Tapered Edge Strip: Shall be a closed -cell polyisocyanurate foam core integrally bonded to non -asphaltic, fiber -reinforced organic felt or inorganic coated -glass facers. Fabricated with "zero edge" to provide transitions as required by field conditions: a. Shall be installed at edges to make transitions as detailed in Contract Drawings. b. Use 2" by 24" tapered edge strips to form crickets in front of curbs wider than 12" and to provide slope transition at the outside of drainage sumps. c. Use 1.5" x 12". B. Insulation Attachment Materials: 1. Foam Adhesive: Shall be a one or two part, VOC compliant, moisture -cured polyurethane foamable adhesive designed as roof insulation adhesive and approved by insulation manufacturer. C. Self -Adhered Vapor Retarder: 1. Self -adhering, 32 -mil sheet composed of SBS modified bitumen and high density polyethylene. 2.02 EXANIINATION A. Contractor to inspect substrate for soundness and notify Engineer in writing of any deficiencies. B. Commencement of work signifies Contractor's acceptance of substrate. Any defects in roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 2.03 PREPARATION A. General 1. Roof deck to be dry and broomed clean of debris and foreign matter prior to installation of insulation system. 2.04 APPLICATION A. General 1. Application shall be in accordance with the insulation/membrane manufacturer's instructions and these specifications. 2. All insulation to be in full sheets, carefully fitted and pushed against adjoining sheets to form tight joints. Gaps exceeding 1/4 inch will not be accepted. 3. Insulation and overlayment boards that must be cut to fit shall be saw cut or knife - cut in a straight line, not broken. Chalk lines shall be used to cut insulation. Uneven or broken edges are not acceptable. 4. Remove insulation dust and debris that develops during insulation cutting operations. Indian River County North RO Plant Roof Replacement 07 22 16-4 Revision 2 Roof Insulation 5. Joints between successive and adjacent layers of insulation to be offset a minimum of six (6") inches. 6. Stagger joints of gypsum overlayment/overlayment insulation one (1') foot (vertically and laterally) to ensure that joints do not coincide with joints from the previous or adjacent layer. 7. Crickets, saddles and tapered edge strips shall be installed before the overlayment insulation. 8. Adhere cant strips and tapered edge strips at transitions, terminations and/or penetrations as detailed or required in ribbons of foam adhesive or a full mopping of hot asphalt to ensure smooth transitions are provided for the roof membrane and flashings. 9. Provide necessary modifications to insulation system or nailers at roof edges as required to ensure a flush and smooth transition is provided for the roof membrane and flashing. 10. Field modifications of insulation, tapered edge strips and cants shall be made by the Contractor where required to accommodate roof and flashing conditions, prevent water dams and ponding water. Ponding water at scuppers and cricket valleys shall not be accepted. 11. Provide necessary modifications to prevent standing water which is defined as 1/4" of water in a 4 -square foot or larger area 24 hours or more after precipitation. B. Self -Adhered Vapor Retarder 1. Install in accordance with manufacturer's recommendations. 2. Primer Application: The substrate must be clean, dry and free of dust, grease or other contaminants. Shake well before using. Apply to clean and dry surfaces with a paint brush, roller or sprayer. Application rates will vary depending on substrate. Vapor retarder must be installed on the same day as the primer application. Acceptable substrates for primer application include wood, concrete, gypsum boards and decks. Allow primer to dry completely. 3. Vapor Retarder Application Over Steel, Wood or Concrete Deck: Install over a clean and dry substrate. In concrete applications allow concrete to cure for at least 7 days. Do not install when it is raining, snowing, or on wet/humid surfaces. Install in temperatures 32 -degree F (0 degree C) and above. The use of a primer is required on the following substrates: wood, concrete, lightweight concrete, gypsum boards and decks. On metal decks use a metal plate (6 x 42 inches - 15 x 106 cm) to support the membrane end lap between metal flutes ensuring a complete end lap seal. a. Begin application at the bottom of the slope. Unroll vapor retarder onto the substrate without adhering for alignment. Overlap each preceding sheet by 3 inches (75 mm) lengthwise following the reference line and by 6 inches (150 mm) at each end. Stagger end laps by at least 12 inches (300 mm). Do not immediately remove the silicone release sheet. b. Once aligned, peel back a portion of the silicone release sheet and press the membrane onto the substrate for initial adherence. Hold tight and peel back the release sheet by pulling diagonally. c. Use a 751b. (34 kg) roller to press sheet down into the substrate including the laps. Finish by aligning the edge of the roller with the lower end of the side laps and rolling up the membrane. Do not cut the membrane to remove air bubbles trapped under the laps. Squeeze out air bubbles by pushing the roller to the edge of the laps. C. Roof Crickets: Indian River County North RO Plant Roof Replacement 07 22 16-5 Revision 2 Roof Insulation 1. Install tapered insulation system to provide positive slope for complete roof drainage. 2. Crickets shall be sized as shown in the Contract Drawings. Modifications shall be provided to ensure positive slope and prevent standing water along the cricket valley. a. Minimum length to width ratio shall be 2:1. Fabricate partial crickets with dimensions which would result in a minimum length to width ratio of 2:1 if they were extended to full size. b. Unless otherwise noted, fabricate all crickets from tapered stock as required to provide the specified minimum slope. For example, when roof slope is indicated as 1/4" per foot minimum, fabricate crickets with slope of 1/2" per foot minimum. c. Construct crickets on up slope side of all curbs to ensure positive drainage. d. Install tapered edge strips at cricket edges to provide a smooth transition between the cricket and insulation system below. 3. Insulation boards may require mechanical fasteners and stress plates at slope transition of crickets to minimize bridging. D. Roof Drainage: 1. Drainage sumps shall be installed as detailed. 2. The Contractor shall be responsible for carefully laying out the tapered insulation, sumps, drain bowls and scuppers to ensure the finished roof provides complete drainage with no standing water. 3. Contractor shall fabricate miter -cut sumps at scuppers to provide smooth transitions between the insulation system and the drains/scuppers. 4. Sumps shall ensure complete roof drainage and prevent water dams. 5. Contractor shall adjust insulation, drains and scuppers to ensure complete roof drainage and satisfactory substrates for membrane and flashings. 6. Drain sump components shall be fastened to the deck using specified insulation fasteners or adhesives. 7. Circular sumps and sumps that do not provide smooth transition or that create standing water at the drains shall be rejected and shall require removal and replacement. E. Foam Adhesive Application 1. Adhesive beads shall be positioned and spaced at a minimum as indicated in the Contract Drawings. Comply with the requirements of the membrane manufacturer's tested assembly for adhesive spacing and positioning. 2. Adhesive beads shall be sized in accordance with the adhesive manufacturer's guidelines. 3. Insulation boards shall be placed onto the beads and immediately "walked" and/or "weighted" into place. Insulation boards must be placed into the adhesive in strict accordance with the adhesive manufacturer's guidelines. 4. Ensure full adhesion of all layers of insulation and take whatever steps necessary to achieve full adhesion, including but not limited to temporary ballasting of insulation until adhesive sets. END OF SECTION 07 2216 Revision 1 Indian River County North RO Plant Roof Replacement 07 22 16-6 Revision 2 Roof Insulation METAL COPING CAP PVC FLASHING MEMBRANE TAPERED EDGE STRIP 4TRACTOR TO VERIFY EXISTING CONSTRUCTION. LACE DETERIORATED OR DAMAGED NAILERS. ) NAILERS TO OBTAIN 8" MINIMUM FLASHING HEIGHT. (ALL CRICKETS ON UPSLOPE SIDE. 3" M CONTINUOUS CLEAT FASTENED AT 18" O.C. inHERED VAPOR BARRIER METAL FLASHING ADDITIONAL WOOD NAILERS EXISTING WOOD NAILER FLASHING PLY HOT AIR WELD SINGLE PLY MEMBRANE OVERLAYMENT BOARD SLOPE 112 tf NSUATION SYSTE EXISTING MASONRY DECK Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 Bid No. 2019031/IRC-1802 BID FORM PROJECT NAME: IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT (IRC -1802) Bid #: 2019031 Bid Opening Date and Time: Wednesday, January 23, 2018 Time 2:00 P.M. Bid Opening Location: Purchasing Division 1800 27th Street Vero Beach, FL 32960 Project completion time after receipt of "Notice to Proceed" or P0: 120 DAYS The following addenda are hereby acknowledged. Addendum Date Addendum Number 1/17/19 #z 1/27/19 45 1/29/19 wa 2/12/19 #7 The following documents must be submitted and made a condition of this Bid: A. Bid Form & Itemized Bid Schedule (pages 140o16, inclusive); B. Required Bid security in the form of 596 C. Drug -Free Workplace Certification (page j); D. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships (pages Y9to3D.\ndusive); E. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page L1.1; F. Bidder's Qualificattons Questionnaire (pages to25,inn|usive); G. List ofSubcontractors (page U.). Page 14 of 41 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 Bid No. 2019031/IRC-1802 BID SCHEDULE PROJECT NAME: IRC NORTH COUNTY R.O. PLANT ROOF REPLACEMENT PROJECT NO. iRC-1802 BID NO. 2019031 BIDDER'S NAME: Vero Beach Roofing Inc . 44a4440 46%:kai.83:iatattlfga340'gt=a-',V§::-.111,WAVA';AVrAR rigi,,, ni ';;TP.:'•2","-"A'.".V_ :;`,-;',;;:,,Mi;f:';Z1,14.1A pOSRATZ;,7.:14,AW;;;,,e.,1 001 REMOVE AND REPLACE EXISTING ROOF SYSTEM (APPROXIMATELY 19,963 SF) PER SECTION 01 11 00 OF THE ATTACHED PROJECT MANUAL LS 1 $230,740.0C 002 LIGHTNING PROTECTION1GROUNDING SYSTEM. TO BE REMOVED PRIOR TO COMMENCEMENT OF ROOF WORK AND REPLACED UPON COMPLETION OF FLASHING AND SHEET METAL INSTALLATION LS 1 $5,000.00 FORCE ACCOUNT 50,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL $285,740..0( TOTAL PROJECT BID AMOUNT IN WORDS Two hundred eighty-five thousand seven hundred and forty dollars NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. LS = LUMP SUM Page 15 of 41 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 Bid No. 2019031/IRC-1802 ;OE 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. CompanyName: Vero Beach Roofing Inc. Company Address: 835 10th Ave SW City,State Vero Beach, FL Zip Code 32962 Telephone: (772) 770-3782 Fax: (772) 564-0894 E-mail: dbischoff@verobeachroofing.com ; verobeachroofing@hotmail.com Business Tax Receipt Number: Authorized Signature: Name:Dale Bischoff FEIN Number: 65-0865288 (Type / Printed) Page 16 of 41 Date: 2/14/19 Title:EStiMatOr Bid No. 2019031/IRC-1802 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." Page 17 of 41 Bid No. ZO19O31AR['1OO2 DRUG-FREE WORKPLACE CERTIFICATION (Please include this form with your bid) The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that Vero Beach Roofing 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 ofthe 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, 1 certify that this firm comp(ies fully with the above Vero Beach Roofing Inc. Company Name Bidder's Signature Date: 2/I4/I9 Page 18 of 41 Bid No. 2019031/IRC-1802 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2019031 for IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT (IRC -1802) 2. This sworn statement is submitted by: Vero Beach Roofing Inc (Name of entity submitting Statement) whose business address is: 835 10th Ave SW Vero Beach, FL 32962 and its Federal Employer Identification Number (FEIN) is 5 - 0 8 6 5 2 88 3. K4yname is Dale Bischof f (Please print name of individual signing) and rny relationship to the entity named above is Estimator 4. I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. | 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, nnothepin-|aw4 daughter-in-law, son-in-law, bnothepin-|aw\ sister- in-law, istepin-|am4 stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half-brother, half-sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which | 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, Page 19 of 41 Bid No. 2019031/IRC-1802 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 STATE OF j(1-71,1A,./L-1 COUNTY OF r TjFe foreg In instru ent was acknowledged a ore me �/ i� day of it / , 20 d , by hi) ale 5 r� 1 who t 4.ersonally known to . e or who has produced as iden ification. (Signature) 2/14/19 (Date) NOTARY PUBLIC SIGN: PRINT: Page 20 of 41 Notary Public, State at large My Commission Expires: (Seal) e.i .'•"'.:Pi MARGUERITE M. ESTOCK .t +�� :rs MY COMMISSION # FF 238495 hWl W. ? EXPIRES: October 5, 2019 A ;t; Bonded Thru Notary Public Underwriters Bid No. 2019031/1RC-1802 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES (mis form MUST be submittecl with your bid) |hereby certify that neither the undersigned entity, nor any of its whol!y owned subsidiaries, m subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutiriized Conipanies that BoycottIsrael List created pursuant to 5. 215.4725 of the Florida Statutes, or are engaged in a boycott of lsrael. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, | hereby certify that neither the unclersigned entity,nor any of its wholty owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the County may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Dale Bischof f Vero Beach Roof ing Inc . Name "'Respondent: By: (Authorized Signature) Title: Estimator Date: 2/14/I9 Page 21 of 41 Bid No. 2019031/IRC-1802 BIDDERS���KU�U�����N�������U�������� QUALIFICATIONS ~�`��-...~..~,~-..."� NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. ON'FlESP[)NS|BLEB|DDERS. 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 tOdisqualify aBidder. Attach additional sheets as required. Documentation Submitted with Project No: IRC - 1802 Project Name: IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT 1. Bidder's Name/Address: Vero Beach Roofing Inc. 835 10th Ave SW Vero Beach, FL 32962 2. Bidder's Telephone & FAX Numbers: (772) 770-3782 / ( 772) 564-0894 Licensing and Corporate a. Is Contractor Licerise current? YES b. Bidder's Contractor License No: CCCI330283 [Attach a copy of Contractor's License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 0 5. What is the last project OF THIS NATURE that the firm has completed? VCA Veterinary League- Vero Beach Mosquito Control District- Vero Beach 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 Iist the projectject 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 Iiquidated damages? NO [f your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and Iist theject name, Owner, and the Owner's telephone number for each project project in which llquidated damages have been assessedj 8. Has the flrm ever been charged by OSHA by OSHA for violating ariy OSHA regulations? 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 OSHA vioations were afleged.] Page 22 of 41 Bid No. 20190311IRC-1802 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. 12. Has the firm ever defaulted on any of its projects? NO [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. 14. Name of person who inspected the site of the proposed work for the firm: Name: Dale Bischoff Date of inspections: / 1 0 /1 9 15. Name of on-site Project Foreman: Jason Belter Number of years of experience with similar projects as a Project Foreman: 20 16. Name of Project Manager: Dale Bischoff Number of years of experience with similar projects as a Project Manager: 15 17. State your total bonding capacity: $3, 000, 000.00 18. State your bonding capacity per job: $1,500,000.00 19. Please provide name, address, telephone number, and contact person of your bonding company: Chercee Bryant - Innovative Bonding Services West Palm B ( 5 61 ) 247-5846 Page 23 of 41 Bid No. 2019031/IRC-1802 19. Complete the following table for SIMILAR projects: Name of Project Date Completed Owner Contact Person: Name/ Email Address/Phone Original Contract Amount Final Contract Amount VCA Florida Veterinary 12/19 League VCA Susan Horn (772) 453-9554 $175,160.00 $175,160.00 Gifford Youth In Progress Indian River County Proctor Construction (772) 234-8164 $205,000.00 N/A Star Suites January 2019 Riverside Theatre Proctor Construction $280,800.00 (772) 234-8164 $280,800.00 Page 24 of 41 Bid No. 2019031/IRC-1802 [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.] Estimator (Signature) 2/14/19 (Position or Title) (Date) [END OF BIDDERS QUALIFICATIONS QUESTIONNAIRE] Page 25 of 41 Bid No. 2019031/IRC-1802 LIST OF SUBCONTRACTORS The Biclder MUST ist below the name and address of each Subcontractor who wiwork 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, aUdibVns, 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 ConLractor, 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 -1802 for IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT Note: Attach additional sheets if required. Page 26 of 41 Work to be Performed Subcontractor's Name/Address Portion of Work (%) 1. 2. 3, 4. 5. 6. 7. 8. 9. 10. Note: Attach additional sheets if required. Page 26 of 41 VERO 11 ROOFING 1 Statewide Roofing Contractors MASTER CRAFTSMEN & PLANNERS 835 I Oth Ave., SW • Vero Beach, FL 32962 . www.verobeachroofing.com ROOFING PROPOSAL: Indian River County North County RO Plant VERO BEACH, FLORIDA Date: 2/14/19 Indian River County- Purchasing Division Vero Beach Roofing Inc. 835 10th Ave SW Vero Beach, FI 32962 (772) 770-3782 Fax: (772) 564-0894 "Quality Begins By Choosing The Right Contractor" IRC North RO Flant February 14, 2019 **proposa/ based on plans dated 12/28/19REI Enqineerinq. Addendums 1-7 INCLUDED Sarnafll PVC Specifications 1. Remove existing roofing down to structural deck. Haul away all roofing trash and debris from jobsite. 2. Install Poly -ISO board and 1/2" DensDeck coverboard set in two-part foam adhesive. NOTE: Roof Sections A,B,C & F to receive 1.5" ISO. Sections D&E to receive 4" ISO. 3. Install Sarnafil G410-15 60mil EnergySmart Fleeceback membrane fully adhered to coverboard with Water based adhesive. All aps to be fully heat welded. 4. All walls curbs and roof penetrations to be flashed in accordance with Sarnafil Warranty requirements. S. Furnish and install NEW Aluminum spun retrofit roof and overflow drains. Existing overflow drains to be modified in accordance with REI requirements. 6. nstall Sarnafit PVC Expansion Joint cover as required. 7. Install PT Wood biocking as required. 8. Fabricoteand|nstaUNEVVSarnaOad^VVH(TE"dhpedOewithmombranefuUyheatwe|dedtoflange. 9. Fabricate and install NEW .032 Aluminum "WHITE" surface mounted counter flashings. 10. Fabricate and install NEW 24ga. Galvalume coping cap at parapet wall locations. NOTE: Color to match existing as clo5e as possible from current suppliers. 11. MECHANICAL: Furnish and install (1) NEW curb at existing RTU. 12. LIGHTNING PROTECTION: Existing lightning protection to be removed and re -installed. 13. Provide Sika Sarnafil 2Oyr System warranty upon completion. 14. Provide Vero Beach Roofing 5yr Workmanship Warranty upori completion. Roof System: $230,740.00 Lighting Protection: $5l00.0Q Forced Account: TOTAL Bid Amount: $205,740.00 ir accordarice with your instructions, we are pleased to submit our quotation for the above refrenced project. We propose to furnish and install all labor and material, and necessary equipment to complete the work in full compliance with the preparation and application standards specifically Iisted above. We request the opportunity to discuss any possible changes or adjustments that would promote a contract award. Best Regards, Dale Bischoff Estimator/Project Manager Vero Beach Roofing The prices, specifications and conditions are satisfactory and are hereby accepted. Payment terms to be set. Representative of Vero Beach Roofinri: Date: Customer Signature: Date: Vero Beach Roofing Inc. 835 10th Ave SW Vero Beach, Fl 32962 (772) 770-3782 Fax: (772) 564-0894 "Quality Begins By Choosing The Right Contractor" IRC North RO Plant = February 14, 2019 Note(s): ✓ This Proposal expires thirty (30) days after the date slated above if not earlier accepted, revised or withdrawn. ✓ This proposal will be finalized after 100% permitted plans are provided. The roofing industry is currently experiencing price volatility with steel and other roofing products. Because of the market fluctuations, the prices of these products are subject to sudden, significant changes and firm prices cannot be obtained from suppliers. If there is an increase in the price of roofing products charged to the contractors subsequent to making this proposal/contract, the price set forth in this proposal/contract shall be increased to reflect the additional cost to the contractor. Contractor will submit written documentation of the increased charges. Although due care will be given to landscaping, driveways and awnings, it it's the customers responsibility to remove or protect as needed and we will not be held liable for damage. ACCORDING TO FLORIDA'S CONSTRUCTION LIEN LAW (SECTIONS 713.001-713.37,FLORIDA STATUTES), THOSE WHO WORK ON YOUR PROPERTY OR PROVIDE MATERIALS AND ARE NOT PAID IN FULL HAVE A RIGHT TO ENFORCE THEIR CLAIM FOR PAYMENT AGAINST YOUR PROPERTY. THIS CLAIM IS KNOWN AS A CONSTRUCTION LIEN. IF YOUR CONTRACTOR OR A SUBCONTRACTOR FAILS TO PAY SUBCONTRACTORS, SUB -SUBCONTRACTORS, OR MATERIAL SUPPLIERS OR NEGLECTS TO MAKE OTHER LEGALLY REQUIRED PAYMENTS, THE PEOPLE WHO ARE OWED MONEY MAY LOOK TO YOUR PROPERTY FOR PAYMENT, EVEN IF YOU HAVE PAID YOUR CONTRACTOR IN FULL. IF YOU FAIL TO PAY YOUR CONTRACTOR, YOUR CONTRACTOR MAY ALSO HAVE A LIEN ON YOUR PROPERTY. THIS MEANS IF A LIEN IS FILED YOUR PROPERTY COULD BE SOLD AGAINST YOUR WILL TO PAY FOR LABOR, MATERIALS, OR OTHER SERVICES THAT YOUR CONTRACTOR OR A SUBCONTRACTOR MAY HAVE FAILED TO PAY TO PROTECT YOURSELF, YOU SHOULD STIPULATE IN THIS CONTRACT THAT BEFORE ANY PAYMENT IS MADE, YOUR CONTRACTOR IS REQUIRED TO PROVIDE YOU WITH A WRITTEN RELEASE OF LIEN FROM ANY PERSON OR COMPANY THAT HAS PROVIDED TO YOU A "NOTICE TO OWNER. " FLORIDA'S CONSTRUCTION LIEN LAW IS COMPLEX AND ITIS RECOMMENDED THAT YOU CONSULT AN ATTORNEY. Construction Industries Recovery Fund: Payment may be available from the Construction Industries recovery Fund if you lose money on a project performed under contract, where the loss results from specified violations of Florida law by a state -licensed contractor. For information about the recovery fund and filling a claim, contact the Florida Construction Industry Licensing Board at 1940 North Monroe Street, Tallahassee, FI. 32399-1039. CHAPTER 558, FLORIA STATUTES, CONTAINS IMPORTANT REQUIREMENTS YOU MUST FOLLOW BEFORE YOU MAY BRING ANY LEGAL ACTION FOR AN ALLEGED CONSTRUCTION DEFECT. SIXTY DAYS BEFORE YOU BRING ANY LEGAL ACTION, YOU MUST DELIVER TO THE OTHER PARTY TO THIS CONTRACT A WRITTEN NOTICE, REFERRING TO CHAPTER 558 OF ANY CONSTRUCTION CONDITIONS YOU ALLEGE ARE DEFECTIVE AND PROVIDE SUCH PERSON THE OPPORTUNITY TO INSPECT THE ALLEGED CONSTRUCTION DEFECTS AND TO CONSIDER MAKING AN OFFER TO REPAIR OR PAY FOR THE ALLEGED CONSTRUCTION DEFECTS. YOU ARE NOT OBLIGATED TO ACCEPT ANY OFFER WHICH MAY BE MADE. THERE ARE STRICT DEADLINES AND PROCEDURES UNDER THIS FLORIDA LAW WHICH MUST BE MET AND FOLLOWED TO PROTECT YOUR INTERESTS. Initials X Vero Beach Roofing Inc. 835 10th Ave SW Vero Beach, Fl 32962 (772) 770-3782 Fax: (772) 564-0894 "Quality Begins By Choosing The Right Contractor" • 'RICK SCOTT, GOVERNOR .• JONATHANZACI-IEM,SECRETARY• • STATE OF FLORIDA . • • DEPARTMENT OF BUSINpSANDRROFESSIONAL REGULATION Tip • • •, re • ‘44v.P At<I, SING BOARD. - CONSTRUCT • ,4-- - .4•1,--___.1.---., THE ROOFING;€07NP T: •..i, ....-_-....,....,:,„... . .• .. .- . 4" -, ;,----x—c, :PROVISO ,. ., ) „,..._.. 6,• k.,..-2-,-;;9. t) .p\UNDER THE . TUTES • • if 11 .;,,„• • Tr.. •_:;;: „. a4,g.sys •i •• • • • _ 4330263 ' EXPIRATION:0, 14,„_GUSt 31, 2020 -Alwasys verify licenses online at MyFloridaLicense.corn Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. AC©RL7 CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 7/17/2018 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 9RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. )ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. 0. Box 1927 Pompano Beach FL 33061 CONTACT NAME; Griselidys Acosta PHONE (954)943-5050 (A/C. No. Exn: FAX (A/C, No): (954)942-6310 E-MAIL gris@furmaninsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:Watford Specialty Insurance Company 15824 INSURED Vero Beach Roofing Inc 835 10th Avenue SW Vero Beach FL 32962 INSURER B : MAPFRE Ins Co FL 34932 INSURER C: Commerce and Industry Ins 19410 INSURER D : Bridgefield Employers Ins Co 10701 INSURER E : Zurich Ins/US Assure 17965 INSURER F : COVERAGES CERTIFICATE NUMBER:1B/19 REVISED MASTER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER COCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INRD SUER WYD POLICY NUMBER POLICY EFF (MM/DO/YYYY? POLICY EXP (MMIDDJYYYYj LIMITS A X COMMERCIAL GENERAL LIABILITY BRCGL0008101 3/29/2018 3/24/2019 EACH OCCURRENCE $ 1, 000, 000 DAMAGE PREM SESOEaENTED occurrence $ 100, 000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5, 000 PERSONAL &ADV INJURY $ 1,000,000 $ 2, 000,000 GEN'LAGGREGATE POLICY OTHER: X LIMIT APPLIES JEST PER: LOC PRODUCTS-COMP/OP AGO $ 2,000,000 B 'AUTOMOBILE t___ 'X _ X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS T SCHEDULED AUTOS NON -OWNED AUTOS 5204070001147 10/2/2018 10/2/2019 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ Per OPERTY DAMAGE $ Medical payments $ 0,000 C X UMBRELLALIAB EXCESS LIAB X OCCUR CLAIMS -MADE 01B13016017827 3/24/2018 3/24/2019 EACH OCCURRENCE $ 3 000 000 000,000 $ DED RETENTION $ DOFFICER/MEMBER WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EXCLUDED? (Mandatory in NH) It yes, describe under DESCRIPTION OF OPERATIONS below Y l N y N / A 83051246 7/22/2018 7/22/2019 X PER STATUTE TH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1, 000 , 000 E INAP.NT.1 MARSNE Ec08488092 10/2/2018 10/2/2019 Leased/Rented Equipment $100 , 000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION lsmith@ircgov.com Indian River County Parks Division 1 5500 77th Street Vero Beach, FL 32967 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/GA 4z.47.4 d2 ACORD 25 (2014101) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD TYPE OF BUSINESS BUSINESS ADDRESS NAME MAILING ADDRESS 2018 - 2019 LOCAL BUSINESS TAX INDIAN RIVER COUNTY, FLORIDA MUST BE DISPLAYED IN A CONSPICUOUS PLAC 107 CONSULTANT 835 10TH AVE SW VERO BEACH, FL 32962 STEPHEN D BISCHOFF INC BISCHOFF, STEPHEN PRES/SEC 835 10TH AVE SW VERO BEACH, FL 329624415 Paid 07/09/2018 40.00 TYPE OF BUSINESS BUSINESS ADDRESS 182-00000170 ACCOUNT # 279 RECEIPT # 107395,4.000 EXPIRES SEPTEVIBER 30, 2019 F. AMOUNT PENALTY ; TRANSFER TOTAL 40,00 0.00 0,00 40,00 This receipt is in addition to and not in lieu of any other license required by law or municipal ordinance and is subject to regulations of zoning, health and any other lawful authority. Owner must notify the Tax Collector's Office of any changes in business name, ownership, location address or mailing address. CAROLE JEAN JORDAN, CFC TAX COLLECTOR INDIAN RIVER COUNTY, FLORIDA 2018 - 2019 LOCAL BUSINESS TAX INDIAN RIVER COUNTY, FLORIDA MUST BE DISPLAYED IN A CONSPICUOUS PLACE 527 CONTR-ROOFING/CERTIFIED 835 SW 10TH AVE VERO BACH, FL 32962 NAME VERO BEACH ROOFING, INC MAILING BISCHOFF, STEPHEN DALE ADDRESS, 835 10TH AVE SW VERO BEACH, FL 329624415 Paid 07/09/2018 40.00 182-00000170 ACCOUNT # 12587 RECEIPT # 5274783.000 EXPIRES SEPTEMBER 30, 2019 AMOUNT PENALTY TRANSFER TOTAL 40,00 0.00 0.00 40.00 This receipt is in addition to and not in lieu of any other license required by law or municipal ordinance and is subject to regulations of zoning, health and any other lawful authority. Owner must notify the Tax Collector's Office of any changes in business name, ovynership, location address or mailing address. CAROLE JEAN JORDAN, CFC TAX COLLECTOR INDIAN RIVER COUNTY, FLORIDA Bond No N/A BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Vero Beach Roofing, Inc. 835 10th Avenue SW Vero Beach FL 32962 as Principal hereinafter called the Principal, and Old Republic Surety Company a corporation duly organized under the laws of the state of WI as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County Board of County Commissioners 1800 27th Street, Vero Beach, FL 32960 as Obligee, hereinafter called the Obligee, in the sum of -Five Percent of Bid - Dollars (5 -5%- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for IRC North RO Plant Roof Replacement Bid No. 2019031 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful perforniance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amourif for, which. the Obligee may in good faith contract with another party to perform the Work covered by said bid, thtn,t is liligati,bn shall be null and void, otherwise to remain in full force and effect. -�.• r y ?:% 'l= 14th day of February .. Signed and sealed this ACI-vactriT_ Witness 11A(*11Witness Vero Beach Roofing:Inc. Checree Bryant Conforms with The American Institute of Architects, A.I.A. Documents ORSC 21328 (5/97) Attorney -in -Fact 'PUBLIC SUR I .TY.:.coMPANY ATTORNEY POWER 05 =: KNOW ALL:MEN,BY THESE>PRESENTS That OLD REPUBLIC SURETY COMPANY a Wisconsrn stock insurance` corporation; does: make; constitute and.. appoint: CHECREE BRYANT, OF WEST, .PALM.:BEACH,:FL, • its. trueand lawful.Attorriey(s)-in-Fact, with full• power; and authority; pot exceeding $50,000,000, for and: onbehal£of the.company as surety;. to executeand deliver_ .: and affix the seal of the company thereto if a seal is required), bonds, undertakings, recognizancesz P Y (•g or other written obligations in the nature thereof, (other'than bail' - bonds, bankdepository bonds,._ mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers -:compensation`: bonds::guaranteeing payment: ofbenetits, asbestos•abaternent contract bonds, waste' 'Management bonds, hazardous' waste remediation bonds or black :Ming bonds), asfollows: . `ALL WRIITEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED ONE MILLION FIVE HUNDRED THOUSAND ($1,500,000) FOR ANY SINGLE OBLIGATION. and to bind OLD"REPUBLIC SURETY:COMPANY thereby;:and all of the acts of said Attorneys -in -Fact;; pursuant to these presents, are ratified and confirmed::•. This document is: not.. valid unless printedon coloied.baekg `oundand ismulti:,colored. This appointment:is made and:.byauthorityty of the'board of directors at. a_ special;meetfngheld"on February 18,.1982. This.Power of Attorney is signed and seatedby facsimile under:and by:the,.authority of the following resolutions' adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that;: the president; anyvice-president, or assistant vice president, in Conjunction -with the secretary or any:': assistant secretary; may appoint:: ' _ ;' • attorneys-irl-fact. or agents with authority as defined or limited in:.the instrument evidencing the appointment in each case, for and on behalf of the Companyto, ' execute and:deliverand affix the'seal'of the company to:bonds; undertakings, recognizances and suretyship obligations of all kinds; and. said offeers mayrernove any such attorney-in-fact oragent and revoke anY Power of Attorney previously granted to such person.:: RESOLVED "FURTHER;:that an bond, Undertaking, reco` i , ' y g gnrzance, .grsuretyship obhgafion shall be valid and binding uponfFie:Company::; (i) when, signed by:the president; any vice president or assistant: vice president, and attested and sealed (if a-. seal berequired) by: any secretary or assistant secretary; or (ii) when;signed bythe president, anyvicepresident or assistant vice president, secretary.or:assistant secretary, and countersigned and s• eated (if a:seal be required) by a duly authorised attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be.required).by one. or more attorneys -in -fact or agents. pursuant to and within the limits of the,authority evidenced.by. the Power of Attorney issued. by the company to such person orpersons: , • RESOLVED FURTHER, that the signature of. any'authoriiedoffrcer and the seal of.the company.may be affixedbyfacsirnile to any Power of Attorney'or: '=certification..thereof authorizing the execution anddelivery. ofany;: bond, undertaking; recognizance;.or other suretyship obligations ofthe.company;.andsuch''.: signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS:W:HEREOF;OkDREPUBLIC SURETY COMPANY has caused these presents tobe signed by: its proper officer; and its; corporate seal to be affixed this 18TH day of : •:•:JULY; 2018. LD RE C O PU.BI:I SURET.X. COMPANY STATE OF WISCONSIN, COUNTY OF WA'UKESHA-SS President JUIY,;2018. :-.On this i8T1'::; ,:day. of „personally came before me,. Alan•Pavlie and Jane) Cherttey • to me: known to be the individuals and'officers of'the OLD`REPUBLIC SURETY COMPANY who, executed the,above instrument; and they:each acknowledged the execun' tioof the;saine,:and being by me duly, sdid seve•rally depose: and say; that they'are_the said efiicers"of the • corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corp[officers were duly'affixed and:subscribed. to. the said -instrument by the authority:ofthe.board:of directors of said corporation::... Notary,Publie;.:.- ,:» My cornrnission expires: 9/28/2018 .:CERTIFICATE � � � no does Exp"[ration of "tary commission not invalidate:this ristrumenf) Ithe undersigned, assistant secretary of the:OLD. REPUBLIC SURETY:',COMPANY,"a Wisconsin corporation; CERTIFYthat the foregoing'and attached Fower of.Attomey:remains :in full force and has;not been and ,furthermore, that the Resolutions of the:board of directorsset-forth in the Power of Attorney, are now:in force. 92-2428; Signedarid. sealed at the Ci tyof Brookfield, WI: this day of �:• �-• INNOVATIVE BONDING SERV:.€LLC 22851311,4C 22262 (5-10) BOARD OF COUNTY COMMISSIONERS April 9, 2019 via Email Vero Beach, Roofing, Inc. Attn: Dale Bischoff 835 10th Ave SW Vero Beach, FL 32962 dbischoff@ verobeachroofine.com NOTICE OF AWARD Reference: Indian River County Bid No. 2019031 North County RO Plant Roof Replacement (IRC -1802) Dear Mr. Bischoff: It is my pleasure to inform you that on April 9, 2019, the Board of County Commissioners awarded the above - referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter: 1. Public Construction Bond (unrecorded) in the amount of 100% of the contract amount ($285,740.00). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by pages 11 and 12 of the General Terms and Conditions. Certificate(s) must name Indian River County as additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, the Certificate(s) of Insurance and two fully -executed copies of the enclosed agreement to this office atthe address provided below no Jater:than April 24,2019. Failure to comply with the established deadline for submittal of required documents maybe•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. Jennifer H : e Purchasing Manager Office of Management and Budget • Purchasing Division. 180027"' Street, Vero Beach, Florida 329600(772) 226-14160Fax: (772) 770-5140 E-mail: purchasinaPirceov.com Bid No. 2019031/IRC-1802 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 Vero Beach Roofing, 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: The Project involves removal and disposal of the existing roof system (approximately 19,963 square feet) including flashings and sheet metal down to the existing roof deck and provides new PVC roof system along with sheet metal flashing and accessories resulting in a complete, watertight, 20 -year warrantable roof system. 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: IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT (IRC -1802) Bid Number: 2019031 Project Address: 7751 58TH AVE, VERO BEACH, FLORIDA32967 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 90th 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 120th calendar day after the date when the Contract Times commence to run. 1 Bid No. 2019031/IRC-1802 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 $964.00 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.B, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $285,740.00 Written Amount: Two hundred eighty five thousand, seven hundred forty dollars. 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. 2 Bid No. 2019031/IRC-1802 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. 3 Bid No. 2019031/IRC-1802 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, Florida32960. 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 ContractDocuments. F. 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. 4 Bid No. 2019031/IRC-1802 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 2019031; (2) CONTRACTOR'S Bid Form (pages 14 to 16 of 41, inclusive); (3) Bid Bond; (4) Drug Free Workplace Form (page 18 of 41); (5) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 19 to 20, of 41 inclusive); (6) Certification Regarding Prohibition Against Contracting With Scrutinized Companies (page 21 of 41) (7) Bidders Qualifications Questionnaire (pages 22 to 25 of 41, inclusive); (8) List of Subcontractors (page 26 of 41); (9) Plan set follows: Sheets R1, R2, D1 and D2 with each sheet bearing the general title of INDIAN RIVER COUNTY NORTH RO PLANT ROOF REPLACEMENT; (10) Project Manual: PREPARED BY REI ENGINEERS; (11) This Agreement (pages 1 to 9, inclusive); (12) Certificate(s) of Liability Insurance; (13) Notice to Proceed; (14) Addenda 1 through 7; (15) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; 5 Bid No. 2019031/IRC-1802 b) Work Change Directives; c) Change Order(s) 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 Contractorshall: (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. 6 Bid No. 2019031/IRC-1802 (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 publicrecords@ircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 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 Contract or 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 timely basis. 7 Bid No. 2019031/IRC-1802 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 the OWNER. 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] 8 Bid No. 2019031/IRC-1802 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on April 9, 2019 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY By: �pp5MLSS�O•„ `:Cy• /1'Fqs • •U • r BY: 4'R • ...• • •°n+: Jason E. Bro n,o my Administrator Vero Bea Bob APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By:�U,' _ a; Dylan Reingold, County Attorney Address for giving notices: (Contracto (CORPORATE SEAL) Attest Jeffrey R. Smith, Clerk of Court and Comp roller Attest. Deputy Clerk (SEAL) License No. (Where applicable) Agent for service of process: Designated Representative: Name: Richard B. Szpyrka, P.E. Designated Representative: Title: Public Works Director Name: 1801 27th Street Title: Vero Beach, Florida 32960 Address: (772) 226-1379 9 Phone: Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) 3120190027485 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3205 PG: 1917, 5/9/2019 10:11 AM • Bid No. 2019031/IRC-1802 Public Work F.S. Chapter 255.05 Ma) Com Page THIS BOND IS GIVEN TO COMPLY WTTII SECTION 255.05 OR SECTION 71323 RORRIA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: OFB5143675 Vero Beach Roofing, Inc. 835 W. 10th Avenue SW Vero Beach, FL 32962 CONTRACTOR PHONE NO: 772-770-3782 swim COMPANYmum Old Republic Surety Company SURETY PRINCIPAL BUSINESS ADDRESS: P.O. Box 1653 Milwaukee, WI 53201-1653 SURETY PHONE NO: 800-277-2663 OWNER NAME: Indian Rivier County OWNER ADDRESS: 7751 58th Avenue OWNER PHONE NO: Vero Beach, FL 32967 772-226-1416 OBLIGEE NAME (reeatraaiKWit/ t,dIfi wades Ream r,ieenamelsiPileeotleti OBLIGEE ADORESR OBUGEE PHONE NO: BOND AMOUNT: $285,740.00 CONTRACT NO: Ikapv:owR Bid No. 2019031 - IRC1802 DESCRIPTION OF WORE: North County RO Plant Roof Replacement PROJECT LOCATION: 7751 58th Avenue TE3GALD®OOPTIOlr air Vero Beach, FL 32967 MUNK Ai aiirrharlps.4riarediene!slrp_rattoWeps.111110111saedamps. asimbatio tt•[maytrpAeedttaram Page 38 of 41 A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 3205 PG: 1918 Bid No. 2019031/19C-1802 PUBLIC CONSTRUCTION BONO gond No, OFB5143675 (enter bond numbed BY THIS BOND, We Vero Beach Roofing, Inc. , as Principal andOld Republic Surety Company a corporation, as Surety, are bound to Indian Rivier County , herein called Owner, in the sum of $$285,740.00 . for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract datedAP 9 2019 between Principal and Owner for construction ofNorth County RO Plant Roof Replacement- IRC 1809 • the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract and 4. Performs the guarantee of all work and materials fumished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a daimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON May 3, 2019 Vero Beach Roofing, Inc. s ! I � ...I. 1. (As Attorney in F . ct) Checree Bryant Old Republic Surety Company (Name of Surety) Page 39 of 41 A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 3205 PG: 1919 • ,e 0100111Are •••I Z; SEAL STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS ••••:"‘:6' .•1 too President . . • . ..• ••••. • •• •• day of JC11-744 2018 •"'".personally came befere inc Alan Pavhc Jane C.4eF.PeY . „ . , .•• .• .. . to known to tie the iiidi,Aduals and officers ofihe 01.AR#P0B00§(01,0TY COMti:whqpiecutediiiiatievi instriunent, andrhey•erich acknowledged the execution of the:saiitik.and being by me duly:sworn; did severally depeseand illy; that they are saiiiiiilipers of* . corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers 'REPUBLiC SURETVICOMPANY s.POWER JOY: *T„ToRNEr. • , , KNOW ALL MEN BY THESE:PRESENTS: :That OLD REPUBLIC SURETY COMPANY, tWisconsin stock insurance corporation, doe make constitute and appoint: • • • •• • ---"'CHECREE ERYANT, OF WEST PALMSEACH, FL.. :•••• ••: its tree and'hiWful Atriiiney(s)-in-Fact;:With full newer and mitherifYi.net exceeding 550,0oc00, for and on be&ilf of imeoniPany as suretY;•Mixecnteliniidetiver,„....,:. and affix the seal of the co .y thereto (ffa seal is required), bonds, imdertaldngs, recognizances or other written obligations in the nature thereof(other than bail bonds, bank& itory •,Inortgage deficiency bonds, 'mortgage guaranty .bonds, guarantees of installment anitnoteguargety bonds, selfltisinance workers • mperisation• ;41 guaranteeing payinentef,lieneEts, asbestos: abatementcontradt bonds, waSterittuiagement ,.1)1Mierlouit: Waste reirieduitkielrorids or blacktnitg • • • .• ••: • , • • . • •:;',„ bonds), asTollows: „ (::•; ••„: . . '„ • *: "-.ALLWRrrrEN INSTKUMENTS IN AN AMOUNT NOT TO EXCEED •!.:: • ONE MILLION FIVE HUNDRED THOUSAND ($1,500,01:6)--- FOR ANY SINGLE OBLIGATION. • '• • ' and to bind GI.,11REPOSLIC SUKETY.OHIPANY thereby, and all Oldie acts of said •Atienidis-ln.Fact;-imisnant,„MtheSdie•eSents, are retitled eiriteonfireiot This ikieuriient is nonvalid unless prixitedciii colored background and is multi -colored. This a inrinent is Made Midi* itictliyiuthority oftho beanfef direetorS :.••- ••••iitaSpeciatirieetinglield.on February 18,1982. This:•Power ofAttemey is signed and sealed y facSimile•Wwlereed bkthetitithority of the following reseltitiehs • adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. • • " • • •••• " -4"."*-- • !...; ..;RESOLVED tt the president, any vjeelPreSident, or assistant ;*.i'ieepresident, in conjuitetion'with the secretary OriliikasaistaM seer -miry,. may attorney's -in -fact Or agents with authority as defined or limited:le the instrument miiddriCing the appointment in ciic$cake,:for and on beliiilfroft9s$410 execute and deliver and affix the eeal of the doinpanyte•bneclai'.. undertakings, recognizarices, and iiiretyshiP.Obligarionsrof all kmds; andsaid offiisjji1 any such attorney-in-fact or agent and revoke any Power of Attomey previously granted to such person. ..• RESCiLYED.FURTHER:diat• any beerkiiridertaking recOgniaande, suretyship ObligaileAiliall be valid and bmdin2 unon theComnanv (1) When signed.by• the president, any ;vice president or assistant vice president, and attested and or.:. ,..... „.:' - • • ••••:. ,-,: i••,,,,„••„-.4. .:-.. sealed (if 41 S444er4u*:4....,)bi*ni *Mai* secretary ...f::.:::::•;: (ii) when-Sigcodby:dieliiisiderit; aArviceikesident or aiiisriint vicepresident, sedietaiyer.assistant secretary,iiind counteMigned 44.:seile4.(i44, required) by a duly authorized attorney-in-fact or agent; or „"".....'. ; (iii) when duly..executed and sealed (if:a seal berequired)by one„ermore attomeys7in-fact,or agents pursuant to and•withrii the lirnits.oTtlieinithoV..-„,-- .,.„. .. „ . „.. • i::••:' „, • - ' . evidenced by the Power of Attoriiesi issued by the company to such person ot persmisg• „:!:••• „..,: , ... • „„ -1 .:'.::! ..„:! -;:•-,,,,,,.,.'",:-.... • •-• .: . , :: • •• ..., -:•:' •Ii• •••' :..f '' ' !i. ' 'f. ':I ';'. ::. :,::„ 'it' :., - ' - . : • • _ :•.: • _„:.:'_ „_LH' r: ';I:j .''.: :';''. • .. '';.„ .,......! RESOLVED FURTHER. that the Signature cikank atidieriaedeffteer and the seal of the.eomPariY:Maybe affiXedlifedsiMile to any Power of . '• : ' eertifloation,theif authorizing the executirai and delivery oflarybddid, undertalcing:recogniiiinceoh- otheriimetyshipbbligations of ilivioncpipit., signature and seal when so used shall have the same force and effect as though manually axed. . . ffi .;•":1:: ,....'-'!.,.... .:!:•:?.::".... :. :';.-...::. ..;::;:' --,4,-, 0= ..!c:,s ,,,re „. -2!•:::biN, IN WiTN§S'WflOtiF100;i:011iiRriP0iiild,SURETY COMPANY has caused these *Seats to be signeillryjta ProPer.Offider„and its cOtpWiWertIS 4 Ft ,.! -....v,,,,.. .,.....' iiffixed this - j18Th •,.. .., (14 ot i"..< ;Y.,...JULY, 2018. '• •• : ' ''.. :: . .":. :: i‘..,.:,:•:'; ....: • - .•;:• `.•:•..':.:.,..:; .!:: „.: :: ';`..". ii1.-!:-.-ci"-`2 g.": i5 -':.,, : OLD REPUBLIC SURETYVON1 ..*..e.- .422. • were didreffeitcl. and•Subscribedlejlic'aii-.1d•ina" trurn. eat by The autharity:ofthe boaril of direCters:pf said corpedationi•':::. - . My commission expires: 9/28/2018 „f (E3034!Ith3P cif commission does edit •••-• . . . „. 'CERTIFICATE, •:: • 1,iheiaideraidO4 assistant Secretary �f the {AA REPUBLIC SURETY COMPANY ; Wisernialii coro9raijo, pg*Tyiiyihat the forag"..O' .14 aadaiiectied. roar* 'of Atteniey•reniainsiii 611 force and hns 'OM bemirevoked; andfurthermore, that the Resolutions of the board oidireerins setforth in the Power of Airdineicire neviin force. • •? , , . 922428 Si efland snleil tit the Ciry of BrOokfield;WI:ithis&L___:::. : n, 01;100;14\ , , , • • • Re. , ,•, • INNOVATIVE BONDING SERV LLC ASSIStant 1 ' W.; DCII: MIL ; .; DL L UP. CRGkJJ1D ANC ISMUL T -L:CIL ORE: 0. ON I A CL. 1 UL f.X170 PA WY' LOGO AP: -'1. A ;;`, `,1 'RACK n; THIS DOCUMFNT AS f '.'ATFRP.'AR IF THFSF F FA TURF S ARF A BS FNT THIS DOCUMFNT IS VC)111 »j 1 A� Q® CERTIFICATE OF LIABILITY INSURANCE DATE TE(MIDDi 9 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. 0. Box 1927 Pompano Beach FL 33061 CONTACT se Grilid s Acosta NAME: Y FAX (A/C, Ext).• (954) 943-5050 (A/C No): (954)942-6310 E-MAIL ris@£urmaninsurance.com ADDRESS: g INSURER(S) AFFORDING COVERAGE NAIC 11 INsURERA:Berkley Assurance Co 39462 INSURED Vero Beach Roofing Inc 835 10th Avenue SW Vero Beach FL 32962 INSURER 13:MAPFRE Ins Co FL 34932 INSURERc:Bridge£ield Employers Ins Co 10701 INSURER D : Zurich Ins/US Assure 17965 INSURER E : INSURERF: X COVERAGES CERTIFICATE NUMBER:19/20 MASTER LIABILTIY REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDINGANY 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. IISR LTR TYPE OF INSURANCE ADM INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DDM'W) POLICY EXP (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY X VUMD0001680 3/24/2019 3/24/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR PARENTED TA PREEMMI ESESS (RENTED occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'LAGGREGATE POLICY OTHER: X LIMIT APPLIES jERa PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 CyberflexCov $ 100,000 B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS R SCHEDULED AUTOS NON -OWNED AUTOS 5204070001147 10/2/2018 10/2/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ PIP -BASIC $ 10,000 A X UMBRELLA LIAB EXCESSLIAB X OCCUR CLAIMS -MADE VDMA1071196 3/24/2019 3/24/2020 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory inNH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N Y N / A 83051246 7/22/2018 7/22/2019 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D INLAND MARINE EC08488092 10/2/2018 10/2/2019 Leased/Rented Equipment $100,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: IRC North County RO Plant Roof Replacement IRC -1802. Indian River County is included as additional insured for general liability & auto liability as required by written contract. 30 days NOC applies except 10 days for non payment of premium. CANCELL Indian River County 1801 27th Street Vero Beach, FL 32960 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/GA 404-4AO'1r/a/ ACORD 25 (2014/01) INS025 (201401) -2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Bid No. 2019031/IRC-1802 NOTICE TO PROCEED Dated TO: (BIDDER) ADDRESS: Contract For: IRC NORTH COUNTY RO PLANT ROOF REPLACEMENT Project No: IRC -1802 IRC Bid No. 2019031 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 90 calendar days for Substantial Completion of this project and 120 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 41 of 41 PROJECT MANUAL FOR Indian River County North RO Plant Roof Replacement December 18, 2018 IRC PROJECT NUMBER 1802 REI PROJECT NUMBER 018TPA-011 E N G I N E E R S FLORIDA ENGINEERS LICENSE #26860 Engineering solutions for tomorrow'" 10150 Highland Manor Drive, Suite 200 reiengineers.com Tampa, FL 33610 813.944.2137 PROFESSIONAL ENGINEER SECTION 00 0107 SEALS PAGE ��Ot BENNj;,;itt `.•_ Pe'•.GENS••�,�,'.".i No 79869 * : * = -p: 2- 1.0'.. STATE OF :•�� •i 'i''''6.;,6%., ���\i-1.1.'\1 GP �j��` i; ./4.0.917\1115, E %. "inn ttiOt END OF SECTION 00 0107 Mark Renninger This item has been electronically signed by Mark Renninger, PE on this date using a Digital Signature. Printed copies of this document .ire;not considered signed and Sealed"andthe signature must be verified on any electronic copy. 2018.12.18 13:47:01 -05'00' Indian River County North RO Plant Roof Replacement 00 01 07-1 Seals Page SECTION 00 01 10 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 00 01 15 List of Drawings Project Forms 00 60 00 00 62 33 00 65 36 00 65 37 Project Forms Roofing Manufacturer's Acknowledgement Contractor's Five -Year Warranty Asbestos Free Warranty DIVISION 01 GENERAL REQUIREMENTS 01 11 00 01 14 00 01 31 00 01 33 00 01 40 00 01 42 00 01 50 00 01 73 29 01 74 00 01 77 00 Summary of Work Work Restrictions Project Management and Coordination Submittal Procedures Quality Requirements References Temporary Facilities and Controls Cutting and Patching Cleaning and Waste Management Closeout Procedures DIVISION 06 WOOD, PLASTICS AND COMPOSITES 06 10 00 Rough Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION 07 01 50 07 22 16 07 54 00 07 62 00 22 14 00 Preparation for Reroofing Roof Insulation Thermoplastic Single Ply Roofing Sheet Metal Flashing and Trim Storm Drainage CONTRACT DRAWINGS END OF SECTION 00 01 10 Indian River County North RO Plant Roof Replacement 00 01 10-1 Table of Contents SECTION 00 01 15 LIST OF DRAWINGS PART 1 GENERAL The following drawings and details are included as part of the Contract Documents: Drawing Description Date R1 Roof Plan 08-10-2018 R2 Attachment Plan 08-10-2018 D1 Roof Details 08-10-2018 D2 Roof Details 08-10-2018 END OF SECTION 00 0115 Indian River County North RO Plant Roof Replacement 00 01 15-1 List of Drawings SECTION 00 60 00 PROJECT FORMS PART 1 GENERAL 1.01 GENERAL A. The following documents are included in the Project Manual: 1. Roof Manufacturer's Acknowledgement - Section 00 62 33 2. Contractors Five -Year Warranty - Section 00 65 36 3. Asbestos Free Warranty - Section 00 65 37 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 00 60 00 Indian River County North RO Plant Roof Replacement 00 60 00-1 Project Forms SECTION 00 62 33 ROOF MANUFACTURER'S ACKNOWLEDGMENT Owner: Indian River County Project Name: North RO Plant Roof Replacement Project Address: 7751 58th Street, Vero Beach, Florida, 32967 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 December 18, 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 Roof Manufacturer Representative's Name Date Title Roof Manufacturer's Address Telephone Facsimile END OF SECTION 00 62 33 Indian River County North RO Plant 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 North RO Plant 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 I, , a Notary Public for County, State, do hereby certify that personally appeared before me this day and acknowledged the due execution of the foregoing instrument. Witness my hand and official seal, this Notary Public day of , 20 My commission expires , 20 (OFFICIAL SEAL) Indian River County North RO Plant Roof Replacement END OF SECTION 00 65 36 00 65 36-1 Contractor's Five -Year Warranty SECTION 00 65 37 ASBESTOS FREE WARRANTY Owner: Indian River County Project Name: North RO Plant Roof Replacement Project Address: 7751 58th Street, Vero Beach, Florida, 32967 Project Manual Date: December 18, 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 I, , a Notary Public for County, State, do hereby certify that personally appeared before me this day and acknowledged the due execution of the foregoing instrument. Witness my hand and official seal, this Notary Public day of ,20 My commission expires , 20_. (OFFICIAL SEAL) END OF SECTION 00 65 37 Indian River County North RO Plant Roof Replacement 00 65 37-1 Asbestos Free Warranty SECTION 01 11 00 SUMMARY OF WORK PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Project Name: Indian River County North RO Plant Roof Replacement B. Project Address: 7751 58th Street, Vero Beach, Florida, 32967 C. Owner: Indian River County D. Engineer: The Contract Documents, dated December 18, 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: 1. Roof Sections A, B & C: (Approximately 11,713 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers and gutters to remain in place; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 2. Roof Sections D & E: (Approximately 6,785 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers to remain in place; install wall scupper drains, repair wall at abandoned scupper locations; install new counter flashing; adhere tapered polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 3. Roof Sections F: (Approximately 1,465 square feet): Remove and dispose of the existing roof system including flashings and sheet metal down to the existing structural deck; resecure the existing edge nailers to remain in place; install wall scupper drains; repair wall at abandoned scupper locations; install new counter flashing; adhere polyisocyanurate insulation system, provide adhere gypsum coverboard, fully adhere felt -back thermoplastic single ply membrane along with flashings and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20 -year warrantable roof assembly. 4. 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. F. Asbestos Containing Roofing Materials (ACRM): 1. It is the intention of these specifications that no asbestos bearing materials be Indian River County North RO Plant Roof Replacement 01 11 00-1 Summary of Work 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 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 CSI/CSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to cross- reference Contract Documents. Sections in the Project Manual are in numeric sequence.; however, the sequence is incomplete. Consult the Table of Contents at the beginning of the Project Manual. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as Indian River County North RO Plant Roof Replacement 01 11 00-2 Summary of Work appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 PRODUCTS (NOT USED) 1 PART 3 EXECUTION (NOT USED) END OF SECTION 01 1100 Indian River County North RO Plant Roof Replacement 01 11 00-3 Summary of Work SECTION 01 14 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. 3. Move any stored materials and equipment that interfere with operations of the Owner. Indian River County North RO Plant Roof Replacement 01 14 00-1 Work Restrictions B. Use of Existing Building 1. Maintain existing building in a weathertight condition throughout construction period. 2. Take every precaution against injuries to persons or damage to property. 3. Protect building, its contents, and its occupants during construction period. 4. The Contractor shall not overload or permit any part of the structure to be loaded with such weights as will endanger its safety or to cause excessive deflection. Materials placed on the roof prior to installation shall be equally distributed over the roof area. 5. Protect any existing surface improvements, such as pavements, curbs, sidewalks, lawn and landscaped areas, utilities, etc. 6. Repair to the Owner and Engineer's satisfaction, or to restore to a condition equal to that existing at the time of award of Contract, or to make restitution acceptable to the Owner, any and all damages to the building, its contents, or surface improvements resulting from, or attributable to, the work operation. C. Transportation Facilities 1. Truck and equipment access: a. Avoid traffic conflict with vehicles of the Owner's employees and customers, and avoid over -loading of street and driveways elsewhere on the Owner's property, limit the access of trucks and equipment to the designated areas. b. Provide adequate protection for curbs and sidewalks over which trucks and equipment pass to reach the job site. 2. Contractor's vehicles: a. Require contractor's vehicles, vehicles belonging to employees of the contractor, and all other vehicles entering the Owner's property in performance of the work the contract, to use only the designated access route. b. Do not permit such vehicles to park on any street or other area of the Owner's property except in the designated area. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 14 00 Indian River County North RO Plant Roof Replacement 01 14 00-2 Work Restrictions SECTION 0131 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Coordination. 3. Administrative and supervisory personnel. 4. Project meetings. 5. Weekly Reports 1.02 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. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities in- clude, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre -Construction conference. 7. Pre -installation conferences. 8. Project closeout activities. Indian River County North RO Plant Roof Replacement 01 31 00-1 Project Management and Coordination 1.03 PROJECT MEETINGS A. 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. B. 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. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 31 00 Indian River County North RO Plant Roof Replacement 01 31 00-2 Project Management and Coordination SECTION 0133 00 i SUBMITTAL PROCEDURES PART 1 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 Owner. 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 Owner 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 Owner's receipt of submittal. 1. Initial Review: Allow 7 work days for initial review of submittals. 2. Allow 7 work days for processing each resubmittal. 3. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. D. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals and provide letter describing in detail any proposed changes, substitutions, or deviations from the project or manufacturer's specifications. A written explanation of why substitutions should be considered is required and shall be included under the appropriate tab. E. Transmittal and Identification: Package submittals appropriately and include a title page and/or pdf bookmark for each numbered schedule of submittal item identified below. Owner 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 Owner in connection with construction. PART 2 PRODUCTS 2.01 SUBMITTALS A. General: Prepare and submit Submittals required herein and by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed Indian River County North RO Plant Roof Replacement 01 33 00-1 Submittal Procedures data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Operational range diagrams. g. Compliance with recognized trade association standards. h. Compliance with recognized testing agency standards. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Shopwork manufacturing instructions. f. Templates and patterns. g. Schedules. h. Notation of coordination requirements. i. Notation of dimensions established by field measurement. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 42 inches. D. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. H. 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. I. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed Indian River County North RO Plant Roof Replacement 01 33 00-2 Submittal Procedures by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. 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. K. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. 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/Owner. 3.02 ENGINEER'S ACTION A. Submittals: Engineer/Owner 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 01 33 00 Indian River County North RO Plant Roof Replacement 01 33 00-3 Submittal Procedures SECTION 0140 00 QUALITY REQUIREMENTS PART 1 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. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Engineer/Owner. 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 time. B. All contractors shall cooperate in the execution of their work and shall plan their work in such manners as to avoid conflicting schedules or delay of work. If any part of a Contrac- tor's work depends upon the work of another Contractor, defects, which may affect that Indian River County North RO Plant Roof Replacement 01 40 00-1 Quality Requirements work, shall be reported to the Engineer/Owner in order that prompt inspection may be made and defects corrected. Commencement of work by a Contractor where such condition ex- ists will constitute acceptance of the other Contractor's work as being satisfactory in all respects to receive the work commenced, except defects, which may later develop. Work of all trades under this contract shall be closely coordinated in such a manner as to obtain the best possible workmanship for the entire project. All components of the work shall be installed in accordance with the best practices of the particular trade. The 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/Owner. 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/Owner and non -conforming work within 24 hours of receipt of notification, either verbally or written, and submit a plan of action for addressing the deficiencies and non -conforming work. Fur- ther tear -off or commencement of other work shall not occur until all deficiencies and non- conforming work are properly addressed. H. At any time during the construction and completion of work covered by these Specifica- tions, 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 detri- mental to the work, the Contractor shall order such party removed immediately from the grounds with the person not returning at any time during the course of work on the project. 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 Indian River County North RO Plant Roof Replacement 01 40 00-2 Quality Requirements manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 1.06 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. 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. Indian River County North RO Plant Roof Replacement 01 40 00-3 Quality Requirements 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. 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. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Comply with the Contract Document requirements for Section 01 73 29 -Cutting and Patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of re- sponsibility for quality -control services. END OF SECTION 0140 00 Indian River County North RO Plant Roof Replacement 01 40 00-4 Quality Requirements SECTION 01 42 00 REFERENCES PART 1 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, "approve& is limited to Engineer's duties and responsibilities as stat- ed in the Conditions of the Contract. C. "Directed": A command or instruction by Engineer. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, cur- ing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Installer": Contractor or another entity engaged by Contractor as an employee, Subcon- tractor, or Sub -subcontractor, to perform a particular construction operation, including in- stallation, erection, application, and similar operations. 1. Using a term such as "carpentry" does not imply that certain construction activi- ties must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements spec- ified apply exclusively to trades people of the corresponding generic name. J. "Experienced": When used with an entity, "experienced" means having successfully 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 North RO Plant 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. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quali- ty levels, comply with the most stringent requirement. Refer uncertainties and require- ments that are different, but apparently equal, to Engineer for a decision before proceed- ing. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these require- ments, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision before proceeding. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 1.04 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. Aluminum Association, Inc. (The) www.aluminum.org Indian River County North RO Plant 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.org 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. Aluminum Association, Inc. (The) www.aluminum.org Indian River County North RO Plant 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.org AI Asphalt Institute www.asphaltinstitute.org AIE American Institute of Engineers www.aieonline.org AISC American Institute of Steel Construction www.aisc.org AISI American Iron and Steel Institute www.steel.org AITC American Institute of Timber Construction www.aitc-glulam.org ALCA Associated Landscape Contractors of America www.alca.org ALSC American Lumber Standard Committee www.alsc.org ANLA American Nursery & Landscape Association www.anla.org ANSI American National Standards Institute www.ansi.org APA APA - The Engineered Wood Association www.apawood.org APA Architectural Precast Association www.archprecast.org ASCE American Society of Civil Engineers www.asce.org ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers www.ashrae.org ASME ASME International (The American Society of Mechanical Engineers International) www.asme.org ASTM International ASTM International www.astm.org AWI Architectural Woodwork Institute www.awinet.org AWPA American Wood -Preservers' Association www.awpa.com AWS American Welding Society www.aws.org BHMA Builders Hardware Manufacturers Association www.buildershardware.com BIA Brick Industry Association (The) www.bia.org CCFSS Center for Cold -Formed Steel Structures www.umr.edu/—ccfss Indian River County North RO Plant Roof Replacement 01 42 00-3 References CDA Copper Development Association Inc. www.copper.org CIMA Cellulose Insulation Manufacturers Association www.cellulose.org CISCA Ceilings & Interior Systems Construction Association www.cisca.org CISPI Cast Iron Soil Pipe Institute www.cispi.org CLFMI Chain Link Fence Manufacturers Institute www.chainlinkinfo.org CPA Composite Panel Association (Formerly: National Particleboard Association) www.pbmdf.com CPPA Corrugated Polyethylene Pipe Association www.cppa-info.org CRSI Concrete Reinforcing Steel Institute www.crsi.org CSI Construction Specifications Institute (The) www.csinet.org DHI Door and Hardware Institute www.dhi.org EIMA EIFS Industry Members Association www.eifsfacts.com EJMA Expansion Joint Manufacturers Association, Inc. www.ejma.org FMG (FM) FM Global (Formerly: FM - Factory Mutual System) www.fmglobal.com GA Gypsum Association www.gypsumorg GANA Glass Association of North America (Formerly: FGMA - Flat Glass Marketing Association) www.glasswebsite.comigana 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.org NAIMA North American Insulation Manufacturers Association (The) www.naima.org NCMA National Concrete Masonry Association www.ncma.org Indian River County North RO Plant Roof Replacement 01 42 00-4 References NCPI National Clay Pipe Institute www.ncpi.org NECA National Electrical Contractors Association www.necanet.org NEMA National Electrical Manufacturers Association www.nema.org NETA InterNational Electrical Testing Association www.netaworld.org NFPA National Fire Protection Association www.nfpa.org NFRC National Fenestration Rating Council www.nfrc.org NGA National Glass Association www.glass.org NHLA National Hardwood Lumber Association www.natlhardwood.org 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.org NSA National Stone Association www.aggregates.org NTMA National Terra77o 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.org RMA Rubber Manufacturers Association www.rma.org SDI Steel Deck Institute www.sdi.org SDI Steel Door Institute www.steeldoor.org SGCC Safety Glazing Certification Council www.sgcc.org SIGMA Sealed Insulating Glass Manufacturers Association www.sigmaonline.org/sigma SJI Steel Joist Institute www.steeljoist.org Indian River County North RO Plant Roof Replacement 01 42 00-5 References SMACNA Sheet Metal and Air Conditioning Contractors' National Association www.smacna.org SPFA Spray Polyurethane Foam Alliance (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray Polyurethane Foam Division) www.sprayfoam.org SPI The Society of the Plastics Industry www.plasticsindustry.org SPIB . Southern Pine Inspection Bureau (The) 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 IJL 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.org ICC International Code Council (Formerly: CABO - Council of American Building Officials) www.inticode.org SBCCI Southern Building Code Congress International, Inc. www.sbcci.org Indian River County North RO Plant Roof Replacement 01 42 00-6 References C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifi- cations or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Doc- uments. CPSC Consumer Product Safety Commission www.cpsc.gov EPA Environmental Protection Agency www.epa.gov OSHA Occupational Safety & Health Administration www.osha.gov PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 0142 00 Indian River County North RO Plant Roof Replacement 01 42 00-7 References SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 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/Owner. 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. 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. 1. 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. G. 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. H. 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. PART 3 EXECUTION 3.01 TEMPORARY UTILITIES Indian River County North RO Plant Roof Replacement 01 50 00-1 Temporary Facilities and Controls 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. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and equipment. 1. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas 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. 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. Indian River County North RO Plant Roof Replacement 01 50 00-2 Temporary Facilities and Controls D. Contractor shall provide 6' chain link fencing with lockable gates and 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 from construction operations. END OF SECTION 01 50 00 Indian River County North RO Plant Roof Replacement 01 50 00-3 Temporary Facilities and Controls SECTION 0173 29 CUTTING AND PATCHING PART 1 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 North RO Plant Roof Replacement 01 73 29-1 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. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. PART 3 EXECUTION 3.01 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of sub- strates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or 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. 1. 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 North RO Plant Roof Replacement 01 73 29-2 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 North RO Plant Roof Replacement 01 73 29-3 Cutting and Patching SECTION 01 74 00 CLEANING AND WASTE MANAGEMENT PART 1 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. 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. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. Indian River County North RO Plant Roof Replacement 01 74 00-1 Cleaning and Waste Management 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to, rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Final Acceptance. G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. 1. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. H. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. I. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Final Acceptance. J. Clean and provide maintenance; on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. K. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.02 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. Indian River County North RO Plant Roof Replacement 01 74 00-2 Cleaning and Waste Management B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Final Acceptance. a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. e. Remove debris and surface dust from roofs and walls. f. Clean transparent materials and glass in windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. g. Remove labels that are not permanent. h. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. i. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess foreign substances. j. Replace parts subject to unusual operating conditions. k. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 0174 00 Indian River County North RO Plant Roof Replacement 01 74 00-3 Cleaning and Waste Management SECTION 01 77 00 CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Warranties. 1.02 WARRANTIES A. Thermoplastic Single Ply Roofing System warranty as outlined in Section 07 54 00. 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. 1. 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 North RO Plant Roof Replacement 01 77 00-1 Closeout Procedures SECTION 0610 00 ROUGH CARPENTRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Rough Carpentry work required to facilitate installation of new roof assembly including: 1. Provide pressure treated wood blocking and plywood sheathing. 2. Re-securement of existing rough carpentry to remain in place. 3. Removal and replacement of damaged, rotted or deteriorated rough carpentry with pressure treated rough carpentry to match existing. 4. Removal and replacement of damaged, rotted or deteriorated wood plank/plywood deck with untreated wood plank/plywood deck to match existing. 1.02 RELATED DOCUMENTS 1. Preparation for Reroofing Section 07 01 50 2. Roof Insulation Section 07 22 16 3. Thermoplastic Single Ply Roofing Section 07 54 00 4. Sheet Metal Flashing and Trim Section 07 62 00 1.03 REFERENCES A. Refer to the following references, current edition for specification compliance: 1. Florida Building Code (FBC) 2. ASTM International 3. American Wood -Preserver's Association (AWPA) a. AWPA 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 P23 - Standard for Chromated Copper Arsenate Type C (CCA -C). e. AWPA P25 - Standard for Inorganic Boron (SBX). f. AWPA P26 - Standard for Alkaline Copper Quat Type A (ACQ-A). g. AWPA P27 - Standard for Alkaline Copper Quat Type B (ACQ-B). h. AWPA P28 - Standard for Alkaline Copper Quat Type C (ACQ-C). i. AWPA P29 - Standard for Alkaline Copper Quat Type D (ACQ-D). j. AWPA P47 - Standard for DCOI/Imidacloprid/Stabilizer, Waterborne (EL2). k. AWPA P48 - Standard for Copper Azole Type C (CA -C). 1. AWPA T1 - Use Category System: Processing and Treatment Standard. m. AWPA U1 - Use Category System: User Specification for Treated Wood. 4. American Plywood Association (APA) 5. American National Standard a. ANSI/SPRI ES -1 Wind Design Standard for Edge Systems Used with Low Slope Roofing Systems 6. Underwriters Laboratories, Inc. (UL) 7. FM Global/Factory Mutual Research (FM) 1.04 DEFINITIONS A. Rough Carpentry includes carpentry work not specified as part of other Sections and Indian River County North RO Plant Roof Replacement 06 10 00-1 Rough Carpentry generally not exposed. B. KDAT: Kiln Dried After Treatment. 1.05 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 with this specification. 1.06 QUALITY ASSURANCE A. Contractor shall inspect wood to be installed for damage, warping, splits, and moisture content as defined by the applicable wood products industry standards. Materials that do not comply shall be rejected. B. Rough carpentry installation shall present a smooth, consistent substrate for roof system and flashing installation. C. Qualifications of workers: Provide sufficient, competent and skilled carpenters in accordance with accepted practices and supervisors who shall be present at all times during execution of this portion of the work, and who shall be thoroughly familiar with type of construction involved in this section and related work and techniques specified. D. Moisture Content: 1 Treated wood products shall be KDAT. 2. Treated lumber used in the roofing assembly shall not be stored or installed in a manner exposing it to rain. 3. Moisture content of treated lumber shall be 19 percent or less before being covered/enclosed into roofing assembly. 4. Contractor shall be resppnsible 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. Rough carpentry installation shall ensure roof membrane flashing transitions are smooth for complete roof drainage and appearance. J. Installation of all fasteners and associated materials to secure rough carpentry as detailed and specified. 1.07 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Store a minimum of four inches above ground on framework or blocking. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks. Cover with protective waterproof covering providing for adequate air circulation and ventilation B. Exposure to precipitation during shipping, storage or installation shall be avoided. If material does become wet, it shall be replaced or permitted to dry prior to covering or enclosure by other roofing, sheet metal or other construction materials (except for protection during construction). C. Immediately upon delivery to job site, place materials in area protected from weather. D. Do not store seasoned materials in wet or damp portions of building. E. Protect sheet materials from corners breaking and damaging surfaces, while unloading. PART 2 PRODUCTS 2.01 MATERIALS Indian River County North RO Plant Roof Replacement 06 10 00-2 Rough Carpentry 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: 1. 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. 3. Treat wood in the following locations: a. In contact with roofing, flashing, or waterproofing. b. In contact with masonry or concrete. c. Within 18 inches (450 mm) of grade. d. Exposed to weather. e. Other locations indicated. 2.02 FASTENERS A. General: 1. All fasteners shall be stainless steel or as approved by Engineer. 2. Fasteners securing pressure treated lumber shall be manufactured for corrosion resistance and exposures associated with pressure treated wood applications. 3. Nails shall not be used at roof edges to fasten rough carpentry, lumber, plywood, etc. Screws, anchors, and/or machine bolts shall be used to secure rough carpentry at roof perimeter edges. 4. Masonry screws, spikes, and drive -pins shall not be used to fasten edge/perimeter nailers to concrete decks. Minimum'' Y2" 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): 1. Shall be #14-13 DP1, 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: 1. Screws: No. 10 or greater, stainless steel wood screws with flat head, or insulation screws. Length to embed into base substrate a minimum of 1-1/2". 2. Nails: 8, 10 or 16 penny, stainless steel, ring shank nails. Length to embed into base substrate a minimum 1-1/2". Acceptable manufacturers include: Indian River County North RO Plant Roof Replacement 06 10 00-3 Rough Carpentry a. Maze Nails b. Anchor Staple and Nail c. Swan Secure Products d. Manasquan Premium Fasteners e. Engineers accepted equivalent. D. Wood to brick, concrete block, other masonry units, and solid concrete substrates: 1. Epoxy adhesive anchoring system: Minimum 1/2 inch diameter, corrosion resistant threaded rods supplied by the anchoring system manufacturer, length as required to provided minimum embedment as required by fastener manufacturer based upon substrate being secured. Screen for substrate provided by fastener manufacturer. Corrosion resistant nut and 1-1/2" diameter flat washer. Acceptable manufacturers include: a. Hilti Hit Hy -10 Plus b. Powers Fasteners, Inc. AC100 Anchoring System c. ITW Ramset Epcon C6 Fast Curing Epoxy d. Engineers accepted equivalent E. Wood to solid concrete substrates: 1. Masonry screws, 1/4 inch minimum diameter, Type 410 stainless steel with flat head. Length to provide minimum 1" embedment into substrate. Acceptable manufacturers include: a. Tapcon by ITW Buildex, b. KWIK-CON II by Hilti c. Powers Fasteners Tapper + d. Engineers accepted equivalent. 2. Sleeve -Type, or Wedge -Type, Expansion Anchor: Minimum 1/2 inch diameter, Type 304 or 316 Stainless Steel, Expansion Anchor Bolt Assembly of length as required to provided minimum embedment as required by fastener manufacturer based upon substrate being secured. Acceptable manufacturers include: a. Lok/Bolt, Power Bolt or Power -Stud by Powers Fasteners b. Redi-Bolt, Dynabolt or Trubolt by Red Head Anchoring Systems c. Kwik Bolt by Hilti d. Engineers accepted equivalent. F. Wood to structural steel (greater than 12 -GA.): 1. #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. Toggle Bolt: Shall be 'A" diameter toggle bolt consisting of machine screw and spring wing Indian River County North RO Plant Roof Replacement 06 10 00-4 Rough Carpentry toggle with flat mushroom head, length as required by conditions. H. Washers: Fasteners heads for screws, anchors and bolts terminating at the surface of nailers shall be provided with a minimum 5/8 inch diameter, stainless steel or similar corrosion resistance flat washer provided by fastener manufacturer, unless washer is provided from factory as part of the fastener assembly. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall inspect substrates to receive rough carpentry, and ensure substrates are in satisfactory condition prior to installation of rough carpentry. B. Contractor shall inspect all new and existing rough carpentry including fasteners for material condition before proceeding with installation. Deteriorated, rotted, damaged, split, warped, twisted or wet materials shall be removed and replaced with specified materials. Refer to Section 01 22 00 -Unit Prices. C. Contractor shall remove old cants, tapered edge strips, debris, old fasteners, etc. that interfere with the installation of new rough carpentry. D. Contractor shall notify Engineer in writing of unsatisfactory conditions. E. Commencement of work signifies Contractor's acceptance of substrates. Any defects in roofing work resulting from such accepted substrates shall be corrected at no additional expense to the Owner. 3.02 PREPARATION A. Steel/Metal Substrates: 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. Steel decking shall be coated with a uniform, heavy application of asphalt primer, or separated by membrane or other acceptable means to prevent contact between steel and treated wood products. 4. Treated lumber shall not make direct contact with light gage steel decking. C. Masonry Walls: 1. Adhesive anchors: a. Contractor shall follow adhesive anchor manufacturer's published instructions for preparation and installation. b. Pre -drill hole or clean-out existing gap/hole for adhesive anchors. c. Use compressed air to blow-out all dust and moisture. Dust and moisture Indian River County North RO Plant Roof Replacement 06 10 00-5 Rough Carpentry will result in failure of anchors and shall be removed before installing adhesive anchors. 2. Grouted anchors: a. Contractor shall follow grout manufacturers published instructions for preparation and installation. b. Clean masonry cavity and install grout stop to prevent grout from entering below the desired cavity area. 3.03 INSTALLATION A. Remove existing damaged or deteriorated wood blocking, nailers, and curbs and replace with new material of same dimensions. B. Re -secure all existing wood nailers at roof edges that are to remain. Fastener type and spacing shall comply with this specification. C. Install new wood blocking, nailers, and curbs to achieve a minimum eight inch flashing height above the roof membrane. Wood nailers at perimeter roof edges and expansion joints shall be installed to match insulation height. Maintain constant nailer height at perimeter edges. D. Wood blocking and nailers shall be installed concurrently with roof system installation. Removal of insulation and/or folding back of roof membrane to install wood blocking and nailers at a later date is not acceptable. E. Set rough carpentry to required levels and lines, with members plumb, true to line, material cut to fit, and braced to hold work in proper position. Use a belt sander to remove any obtrusive surface irregularities. Drive nails and spikes home; and pull bolt nuts tight with heads and washers in close contact with the wood. F. Fit rough carpentry to other construction; scribe and cope for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. All joints between wood shall be installed for a smooth transition. G. Attachment: 1. 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 Indian River County North RO Plant Roof Replacement 06 10 00-6 Rough Carpentry masonry shall be repaired, and fasteners shall be removed and re -installed in an acceptable location. 7. Fastener spacing: Fasteners shall be staggered 1/3 the board width and installed within 6" of each end. a. Bolts, adhesive anchors, wedge and sleeve anchors, and machine bolts securing nailers shall be spaced 48 inches on center, staggered and an additional fastener within 6 inches of each end of nailer to prevent boards from twisting at board joints. Secure at 24" on center in corners (Zone 3) of the roof area. b. Screws and 1/4 inch diameter anchors securing wood to concrete or masonry units shall be spaced 12 inches on center maximum, staggered, with fasteners installed at each end of nailer lengths to prevent wood from twisting at board joints. c. Screws securing wood to wood shall be installed 12 inches apart, staggered, with two screws installed within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints. d. Screws securing wood to steel decking shall be 12 inches apart. e. Self -drilling, and/or pre -drilled self -tapping screws securing wood to structural steel shall be spaced 12 inches apart, staggered, with one screw within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints. f. Nails securing wood to wood shall be spaced 12 inches apart, staggered, with two nails installed within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints. 8. Plywood Deck Securement: a. 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. 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 Indian River County North RO Plant Roof Replacement 06 10 00-7 Rough Carpentry 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. 0. Curbs: 1. Adjust wood curbs to support rooftop piping, ducts, equipment, etc. 2. Raise equipment to provide required flashing height for roofing. 3.04 CLEAN-UP A. The Contractor shall ensure the site and building are cleaned to meet pre -construction conditions, as accepted by the Owner. B. The site and building shall be free of saw dust from pressure treated lumber, fasteners and other debris. C. Damages to the building, grounds, equipment and site shall be repaired or replaced by the Contractor to meet pre -construction conditions, as accepted by the Owner. END OF SECTION 06 10 00 Indian River County North RO Plant Roof Replacement 06 10 00-8 Rough Carpentry SECTION 07 01 50 PREPARATION FOR REROOFING PART 1 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 deck. 2. Soil pipe extensions. 3. Raising of mechanical units/HVAC units to meet the required minimum flashing height. 4. Installation and/or modification of through wall scupper drains. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Rough Carpentry Section 06 10 00 2. Roof Insulation Section 07 22 16 3. Thermoplastic Single Ply Roofing Section 07 54 00 1.03 DEFINITIONS A. Removal: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain property of the Owner. B. Existing to remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and rein- stalled in their original locations. C. Material ownership: Except for items or materials indicated to be reused, salvaged, rein- stalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site. 1.04 EXISTING ROOF ASSEMBLIES* A. Roof Sections A & C 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. 1/2" perlite insulation 3. 1-1/2" adhered polyisocyanurate insulation 4. Hollow core concrete deck B. Roof Section B 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. 1/2" wood fiber insulation Indian River County North RO Plant Roof Replacement 07 01 50-1 Preparation for Reroofing 3. 1-1/2" adhered polyisocyanurate insulation 4. Hollow core concrete deck C. Roof Section D 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. 1/2" perlite insulation 3. 1-1/2" adhered polyisocyanurate insulation 4. Hollow core concrete deck D. Roof Sections E & F 1. Multi -ply built-up roofing membrane with a granule surfaced membrane cap sheet installed in hot asphalt 2. 1/2" wood fiber insulation 3. 3" adhered polyisocyanurate insulation 4. Hollow core concrete deck *Roof system composition is based on random sampling. Contractor is responsible for verification of roof system composition. 1.05 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. 1.06 QUALITY ASSURANCE A. Qualifications: Previous experience removing existing roof systems. 13. Requirements: Contractor to comply with governing EPA regulations and haul- ing/disposal regulations of authorities having jurisdiction. 1.07 SCHEDULING A. Conduct demolition so that Owner's operations will not be disrupted. Provide 72 hours notification to Owner of activities that will affect Owner's operations. 1.08 WARRANTIES A. Any damage to existing items under warranty shall be repaired/replaced with materials acceptable to the Warrantor. PART 2 PRODUCTS 2.01 MATERIALS A. Galvanized Steel Plates for Concrete Deck Openings of size to extend a minimum of 6" beyond opening on each side ofthickness as indicated in Contract Drawings. 1. Deck opening up to 8" in any one direction: 18 gauge Indian River County North RO Plant Roof Replacement 07 01 50-2 Preparation for Reroofing 2. Deck opening from 8" to 13" in any one direction: 16 gauge 3. Deck opening from 13" to 24" in any one direction: 1/8" thick 4. Deck opening greater than 24" in any one direction: Steel deck or plate as deter- mined by Engineer B. Soil Pipe Extensions (OMG Tubos): 1. Acceptable Manufacturer: a. OMG Tubos b. Engineers accepted equivalent 2. Soil Pipe Extension: Solid -wall PVC fitting consisting of pipe and splice sleeve inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field -determined height: a. Material: Solid -wall PVC, white. b. Splice Sleeve Insert: i. 6 inches Length at both ends of precut extension. ii. Outside Diameter to be 1/4" less than outside diameter of soil pipe. c. Length: i. Overall Length: 28 inches. ii. Net Usable Length: 16 inches excluding Splice Sleeve Inserts. d. Sealant: Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Survey existing conditions to determine extent of demolition. B. Record the conditions 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. Indian River County North RO Plant Roof Replacement 07 01 50-3 Preparation for Reroofing 1. Locate all conduits and equipment attached to the underside of the decking prior to reroofing. Insulation fastener locations are not to disturb existing conduits or interior components/equipment. 2. If utilities serving occupied portions of the site must be shut down, temporary services shall be provided. 3. Provide 72 hours notice to Owner if shut down is required. 4. Where services are to be removed, relocated or abandoned, provide necessary bypass connections to remaining occupied buildings and areas. 3.03 PREPARATION A. Do not begin demolition until utilities have been disconnected/sealed and have been veri- fied as such in writing. B. Do not close off or obstruct streets, walks or other adjacent occupied facilities without permission from Owner and authorities having jurisdiction. C. Provide safe conditions for pedestrians. Erect temporary protection such as walkways, fences, railings and canopies as required by OSHA and other governing authorities. D. Provide protection for adjacent building, appurtenances and landscaping to remain. Erect temporary fencing around trees to remain. E. Provide temporary weather protection as required to prevent water leakage and 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, roof insulation, membrane and sheet metal and discard. C. Remove or correct any obstruction which might interfere with the proper application of new materials. D. Lift or remove all existing equipment so that existing flashings can be totally removed and new flashings installed. E. Lift existing sheet metal flashings to remain to remove all existing materials. F. Remove debris from existing materials to provide clean, dry substrate. G. Demolish asphalt, concrete and masonry in small sections. Cut concrete and masonry at juncture with construction to remain using powered masonry saw, core drill or hand tools. Do not use powered impact tools. Indian River County North RO Plant Roof Replacement 07 01 50-4 Preparation for Reroofing H. Remove and transport debris in a manner that will prevent damage/spills to adjacent buildings and areas. I. Dispose of demolished items and materials on a daily basis. On-site storage of removed items is not permitted. J. Transport demolished materials off-site and dispose of materials in a legal manner. K. 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. 1. Preparation (OMG Tubos) a. Remove existing flashing from plumbing vent piping to extent required to enable installation of new plumbing vent pipe extensions and comple- tion of flashings. b. Clean plumbing vent piping to ensure that joint surfaces are clean, dry, and free from contamination including dirt, oils, grease, tar, wax, rust, and other substances that may inhibit adhesive or sealant performance. 2. Installation a. Insert end of plumbing vent pipe extension into existing plumbing vent piping. i. Verify circumference of existing plumbing vent piping and plumbing vent pipe extension is appropriate to achieve secure, rigid installation. ii. Mark plumbing vent pipe extension at required height above fin- ished roof surface level, and cut to required length. iii. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe material and plumbing vent pipe extension, and mate plumbing vent pipe extension to existing piping. Apply ad 3.07 STEEL PLATE INSTALLATION A. Mechanically attach deck repair plates to concrete deck with approved fasteners 6" on center or a minimum of 2 fasteners per side. 3.08 COUNTERFLASHING PREPARATION A. Saw reglet to a maximum depth of 1-1/4 inches in a straight line to allow proper installa- tion of new counterflashings. Utilize all procedures necessary including, but not limited to, saw guides to ensure straight, clean reglets. Indian River County North RO Plant Roof Replacement 07 01 50-5 Preparation for Reroofing 3.09 SCUPPER DRAIN INSTALLATION A. Locate bottom of scupper drain at the surface of the roof system adjacent to the nearest roof drain (excluding sump). B. Locate bottom of overflow scupper drain 2 inches above surface of the roof system adja- cent to the nearest roof drain (excluding sump). C. Remove existing masonry and store for reuse if in good condition. Reinstall masonry units to extent possible. Provide new brick or concrete masonry units to match existing. D. Extend opening through entire thickness of parapet. Take precautions to avoid damaging adjacent wall surfaces. E. Provide finished openings as indicated. F. Install veneer materials of same type, size and finish to match existing. Set units in full beds of mortar to match adjacent joints in thickness. Tool joints to match. G. Repair exterior finish to match adjacent surfaces. 3.10 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 North RO Plant Roof Replacement 07 01 50-6 Preparation for Reroofing SECTION 07 22 16 ROOF INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof Sections A, B & C: Prepare existing concrete deck and adhere base layer insulation system. Then adhere attach gypsum overlayment. B. Roof Section D & E: Prepare existing concrete deck and adhere R-20 tapered insulation system. Then adhere attach gypsum overlayment. C. Roof Section F: Prepare existing concrete deck and adhere tapered insulation system. Then adhere attach gypsum overlayment. 1.02 RELATED DOCUMENTS 1. Rough Carpentry Section 06 10 00 2. Preparation for Reroofing Section 07 01 50 3. Thermoplastic Single Ply Roofing Section 07 54 00 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. FBC Building Code 2. National Roofing Contractors Association — NRCA 3. FM Global 4. Underwriters Laboratories, Inc. — UL 5. ASHRAE Standard 90.1 1.04 DESCRIPTION A. R Value (Roof Section D Only) 1. The minimum continuous "R -value" for the above deck insulation system shall be 20 and in accordance with the current Energy Conservation Code and ASHRAE 90.1. 2. R value to be based on Long -Term Thermal Resistance (LTTR) for polyisocyanurate insulation and manufacturer's published data for all other insulation components, as tested in accordance with ASTM C177, C236, C518 or C976. 1.05 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for requirements. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Tapered insulation plan from material supplier with minimum R -value for each roof area. Indian River County North RO Plant Roof Replacement 07 22 16-1 Roof Insulation D. Latest edition of the Manufacturer's current material specifications and installation instructions. 1.06 QUALITY ASSURANCE A. Insulation to be installed in accordance with their respective manufacturer's requirements. B. Insulation(s) not bearing UL label at point of delivery shall be rejected. C. Insulation damaged or wetted before, during, or after installation shall be removed from the job site no later than the next working day from the day such damage or moisture contamination is noted. D. Wind Design: Install insulation system to meet the required wind uplift pressures as specified on contract drawings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Delivery: Material shall be delivered in the manufacturer's original sealed and labeled shrouds and in quantities to allow continuity application. B. Storage: Materials shall be stored out of direct exposure to the elements on pallets or dunnage at least 4 inches above ground level at site location acceptable to Owner. 1. Utilize tarps that will completely cover materials to prevent moisture contamination. Remove or slit factory shrouds and/or visqueen; do not use these materials as tarps. 2. Install vapor retarders under material storage areas located on the ground. 3. Remove damaged or deteriorated materials from the job site. C. Handling: Material shall be handled in such a manner to preclude damage and contamination with moisture or foreign matter. 1.08 PROJECT CONDITIONS A. Insulation shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application. B. Contractor will take necessary action to restrict dust, asphalt, and debris from entering the structure. C. No more roofing will be removed than can be replaced with insulation, membrane and base flashings in the same day to create a watertight installation. PART2 PRODUCTS 2.01 MATERIALS A. Insulation Boards: 1. Roof Insulation System (Roof Sections A, B & C): a. Shall be rigid polyisocyanurate roof insulation board with factory applied Indian River County North RO Plant Roof Replacement 07 22 16-2 Roof Insulation coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Maximum permissible insulation board size for mechanical attachment is 4' x 8' and for foam adhesive and hot asphalt attachment is 4' x 4'. Field cutting of larger boards is not acceptable. e. Thickness shall be a minimum of 1.5 inches. 2. Tapered Insulation System (Roof Sections D & E): a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Board size shall be 4 foot by 4 foot. e. Slope shall be 1/4" per foot f. Minimum thickness shall be two layers of 2" insulation g. Fill Insulation: Shall be rigid polyisocyanurate meeting the above requirements with board size of 4 foot by 4 foot and thickness of 2". h. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. Tapered Insulation System (Roof Section F): a. Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 2, Grade 2 and meet the following requirements: b. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. c. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. d. Board size shall be 4 foot by 4 foot. e. Slope shall be 1/4" per foot f. Maximum thickness shall be 1.5 inches. g. Fill Insulation: Shall be rigid polyisocyanurate meeting the above requirements with board size of 4 foot by 4 foot and thickness of 2". h. Crickets and Saddles: Shall be rigid polyisocyanurate meeting the above requirements with a board size of 4 foot by 4 foot and 1/2" per foot slope. Indian River County North RO Plant Roof Replacement 07 22 16-3 Roof Insulation 4. Cover Board: Shall be cover board approved by roof system manufacturer. Board Size shall be 4' by 8' and minimum thickness shall be as listed below or as required by roof system manufacturer. Acceptable products include: a. Georgia Pacific 1/2" DensDeck Prime Roof Board 5. Tapered Edge Strip: Shall be a closed -cell polyisocyanurate foam core integrally bonded to non -asphaltic, fiber -reinforced organic felt or inorganic coated -glass facers. Fabricated with "zero edge" to provide transitions as required by field conditions: a. Shall be installed at edges to make transitions as detailed in Contract Drawings. b. Use 2" by 24" tapered edge strips to form crickets in front of curbs wider than 12" and to provide slope transition at the outside of drainage sumps. c. Use 1.5" x 12". B. Insulation Attachment Materials: 1. Foam Adhesive: Shall be a one or two part, VOC compliant, moisture -cured polyurethane foamable adhesive designed as roof insulation adhesive and approved by insulation manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Contractor to inspect substrate for soundness and notify Engineer in writing of any deficiencies. B. Commencement of work signifies Contractor's acceptance of substrate. Any defects in roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense. 3.02 PREPARATION A. General 1. Roof deck to be dry and broomed clean of debris and foreign matter prior to installation of insulation system. 3.03 APPLICATION A. General 1. Application shall be in accordance with the insulation/membrane manufacturer's instructions and these specifications. 2. All insulation to be in full sheets, carefully fitted and pushed against adjoining sheets to form tight joints. Gaps exceeding 1/4 inch will not be accepted. 3. Insulation and overlayment boards that must be cut to fit shall be saw cut or knife - cut in a straight line, not broken. Chalk lines shall be used to cut insulation. Uneven or broken edges are not acceptable. 4. Remove insulation dust and debris that develops during insulation cutting operations. Indian River County North RO Plant Roof Replacement 07 22 16-4 Roof Insulation 5. Joints between successive and adjacent layers of insulation to be offset a minimum of six (6") inches. 6. Stagger joints of gypsum overlayment/overlayment insulation one (1') foot (vertically and laterally) to ensure that joints do not coincide with joints from the previous or adjacent Layer. 7. Crickets, saddles and tapered edge strips shall be installed before the overlayment insulation. 8. Adhere cant strips and tapered edge strips at transitions, terminations and/or penetrations as detailed or required in ribbons of foam adhesive or a full mopping of hot asphalt to ensure smooth transitions are provided for the roof membrane and flashings. 9. Provide necessary modifications to insulation system or nailers at roof edges as required to ensure a flush and smooth transition is provided for the roof membrane and flashing. 10. Field modifications of insulation, tapered insulation, tapered edge strips and cants shall be made by the Contractor where required to accommodate roof and flashing conditions, prevent water dams and ponding water. Ponding water at scuppers and cricket valleys shall not be accepted. 11. Provide necessary modifications to prevent standing water which is defined as 1/4" of water in a 4 -square foot or larger area 24 hours or more after precipitation. B. Self -Adhered Vapor Retarder 1. Install in accordance with manufacturer's recommendations. 2. Primer Application: The substrate must be clean, dry and free of dust, grease or other contaminants. Shake well before using. Apply to clean and dry surfaces with a paint brush, roller or sprayer. Application rates will vary depending on substrate. Vapor retarder must be installed on the same day as the primer application. Acceptable substrates for primer application include wood, concrete, gypsum boards and decks. Allow primer to dry completely. 3. Vapor Retarder Application Over Steel, Wood or Concrete Deck: Install over a clean and dry substrate. In concrete applications allow concrete to cure for at least 7 days. Do not install when it is raining, snowing, or on wet/humid surfaces. Install in temperatures 32 -degree F (0 degree C) and above. The use of a primer is required on the following substrates: wood, concrete, lightweight concrete, gypsum boards and decks. On metal decks use a metal plate (6 x 42 inches - 15 x 106 cm) to support the membrane end lap between metal flutes ensuring a complete end lap seal. a. Begin application at the bottom of the slope. Unroll vapor retarder onto the substrate without adhering for alignment. Overlap each preceding sheet by 3 inches (75 mm) lengthwise following the reference line and by 6 inches (150 mm) at each end. Stagger end laps by at least 12 inches (300 mm). Do not immediately remove the silicone release sheet. b. Once aligned, peel back a portion of the silicone release sheet and press the membrane onto the substrate for initial adherence. Hold tight and peel back the release sheet by pulling diagonally. c. Use a 751b. (34 kg) roller to press sheet down into the substrate including the laps. Finish by aligning the edge of the roller with the lower end of the side laps and rolling up the membrane. Do not cut the membrane to remove air bubbles trapped under the laps. Squeeze out air bubbles by pushing the roller to the edge of the laps. C. Tapered Insulation Indian River County North RO Plant Roof Replacement 07 22 16-5 Roof Insulation 1. Install tapered insulation system to provide positive slope for complete roof drainage. 2. Crickets shall be sized as shown in the Contract Drawings. Modifications shall be provided to ensure positive slope and prevent standing water along the cricket valley. a. Minimum length to width ratio shall be 2:1. Fabricate partial crickets with dimensions which would result in a minimum length to width ratio of 2:1 if they were extended to full size. b. Unless otherwise noted, fabricate all crickets from tapered stock as required to provide the specified minimum slope. For example, when roof slope is indicated as 1/4" per foot minimum, fabricate crickets with slope of 1/2" per foot minimum. c. Construct crickets on up slope side of all curbs to ensure positive drainage. d. Install tapered edge strips at cricket edges to provide a smooth transition between the cricket and insulation system below. 3. Insulation boards may require mechanical fasteners and stress plates at slope transition of crickets to minimize bridging. D. Roof Drainage: 1. Drainage sumps shall be installed as detailed. 2. The Contractor shall be responsible for carefully laying out the tapered insulation, sumps, drain bowls and scuppers to ensure the finished roof provides complete drainage with no standing water. 3. Contractor shall fabricate miter -cut sumps at scuppers to provide smooth transitions between the insulation system and the drains/scuppers. 4. Sumps shall ensure complete roof drainage and prevent water dams. 5. Contractor shall adjust insulation, drains and scuppers to ensure complete roof drainage and satisfactory substrates for membrane and flashings. 6. Drain sump components shall be fastened to the deck using specified insulation fasteners or adhesives. 7. Circular sumps and sumps that do not provide smooth transition or that create standing water at the drains shall be rejected and shall require removal and replacement. E. Foam Adhesive Application 1. Adhesive beads shall be positioned and spaced at a minimum as indicated in the Contract Drawings. Comply with the requirements of the membrane manufacturer's tested assembly for adhesive spacing and positioning. 2. Adhesive beads shall be sized in accordance with the adhesive manufacturer's guidelines. 3. Insulation boards shall be placed onto the beads and immediately "walked" and/or "weighted" into place. Insulation boards must be placed into the adhesive in strict accordance with the adhesive manufacturer's guidelines. 4. Ensure full adhesion of all layers of insulation and take whatever steps necessary to achieve full adhesion, including but not limited to temporary ballasting of insulation until adhesive sets. END OF SECTION 07 22 16 Indian River County North RO Plant Roof Replacement 07 22 16-6 Roof Insulation SECTION 07 54 00 THERMOPLASTIC SINGLE -PLY ROOFING PART 1 GENERAL 1.01 WORK INCLUDED A. Install a fully adhered fleece back thermoplastic membrane and flashings to provide a permanently watertight system. 1.02 RELATED DOCUMENTS 1. Rough Carpentry Section 06 10 00 2. Preparation for Reroofing Section 07 01 50 3. Roof Insulation Section 07 22 16 4. Sheet Metal Flashing and Trim Section 07 62 00 5. Roof Accessories Section 07 72 00 1.03 REFERENCES A. Refer to the following references, current edition for specification compliance: 1. FBC Building Code 2. ASTM International 3. National Roofing Contractors Association (NRCA) 4. Underwriters Laboratory (UL) 5. FM Global 6. Single Ply Roofing Institute 1.04 SUBMITTALS A. Refer to Section 01 33 00 -Submittal Procedures for Submittals. B. Latest edition of the Manufacturer's current material specifications and installation instructions. C. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. D. Submit documentation of approved, tested roof system to meet the specified requirements for the following: 1. Wind uplift pressures 2. UL Fire Resistance Rating 1.05 DELIVERY, STORAGE AND HANDLING A. All products delivered to the job site shall be in the original unopened containers or wrappings bearing all seals and approvals. B. Handle all materials to prevent damage. Place all materials on pallets and fully protect from moisture. C. Membrane rolls shall be stored lying down on pallets and fully protected from the Indian River County North RO Plant Roof Replacement 07 54 00-1 Thermoplastic Single Ply Roofing weather with clean canvas tarpaulins. Unvented polyethylene tarpaulins are not accepted due to the accumulation of moisture beneath the tarpaulin in certain weather conditions that may affect the ease of membrane weldability. D. All adhesives shall be stored at temperatures approved for the product. E. All flammable materials shall be stored in a cool, dry area away from sparks and open flames. Follow precautions outlined 011 containers or supplied by material manufacturer/ supplier. F. All materials which are determined to be damaged by the Engineer or membrane manufacturer are to be removed from the job site and replaced at no cost to the Owner. 1.06 PROJECT CONDITIONS A. Roofing shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application. B. Only as much of the new roofing as can be made weathertight each day, including all flashing and detail work, shall be installed. All seams shall be cleaned and heat welded before leaving the job site that day. C. All work shall be scheduled and executed without exposing the interior building areas to the effects of inclement weather. The existing building and its contents shall be protected against all risks. D. All surfaces to receive new insulation, membrane or flashings shall be dry. Should surface moisture occur, the Applicator shall provide the necessary equipment to dry the surface prior to application. E. All new and temporary construction, including equipment and accessories, shall be secured in such a manner as to preclude wind blow -off and subsequent roof or equipment damage. F. Uninterrupted waterstops shall be installed at the end of each day's work and shall be completely removed before proceeding with the next day's work. Waterstops shall not emit dangerous or unsafe fumes and shall not remain in contact with the finished roof as the installation progresses. Contaminated membrane shall be replaced at no cost to the Owner. G. Arrange work sequence to avoid use of newly constructed roofing as a walking surface or for equipment movement and storage. Where such access is absolutely required, the Applicator shall provide all necessary protection and barriers to segregate the work area and to prevent damage to adjacent areas. A protection layer of plywood over insulation board shall be provided for all new and existing roof areas that receive rooftop traffic during construction. H. Prior to and during application, all dirt, debris and dust shall be removed from surfaces, either by vacuuming, sweeping, blowing with compressed air and/or similar methods. I. Contaminants, such as grease, fats, oils, and solvents, shall not be allowed to come into contact with the roofing membrane. All rooftop contamination that is anticipated or that is occurring shall be reported to the Engineer and membrane manufacturer to determine the corrective steps to be taken. Indian River County North RO Plant Roof Replacement 07 54 00-2 Thermoplastic Single Ply Roofing J. If any unusual or concealed condition is discovered, the contractor shall stop work, notify Owner of such condition immediately, and in writing within 24 hours. K. The roofing membrane shall not be installed under the following conditions without consulting the membrane manufacturer's technical department for precautionary steps: 1. The roof assembly permits interior air to pressurize the membrane underside. 2. Any exterior wall has 10% or more of the surface area comprised of opening doors or windows. 3. The wall/deck intersection permits air entry into the wall flashing area. L. Precautions shall be taken when using membrane adhesives at or near rooftop vents or air intakes. Adhesive odors could enter the building. Coordinate the operation of vents and air intakes in such a manner as to avoid the intake of adhesive odor while ventilating the building. Keep lids on unused cans at all times. 1.07 QUALITY ASSURANCE A. Manufacturer Requirements: 1. Manufacturer must have written contractor/installer approval program. 2. Products manufactured by other manufacturers and private labeled are not acceptable. 3. See materials section for general product description and specified requirements. B. Contractor Requirements: 1. This roofing system shall be applied only by a Contractor authorized by the membrane manufacturer prior to bid. 2. Application of the roofing system shall be accomplished by a primary roofing contractor, his roofing foreman, and sufficient applicator technicians who all have been trained and approved by the manufacturer of the single ply roofing system. Contractor to submit evidence of qualification from the manufacturer. C. Upon completion of the installation an inspection shall be made by a representative of the membrane manufacturer to review the installed roof system and list all deficiencies. D. There shall be no deviation made from the Contract Documents or the approved shop drawings without prior written approval by the Engineer. E. All work shall be completed by personnel trained and authorized by the membrane manufacturer. F. Contractor to provide manufacturer written verification indicating all seams have been probed and are watertight. G. Install roofing system to meet UL 790 Class A Fire Rating. H. Wind Design: 1. Install roofing system to meet or exceed the wind uplift pressures listed on contract drawings. 1.08 WARRANTIES Indian River County North RO Plant Roof Replacement 07 54 00-3 Thermoplastic Single Ply Roofing A. Manufacturer's Guarantee: Manufacturer's standard form, non pro -rated, without monetary limitation or deductibles, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks or breaches in the primary roof membrane causing moisture to enter the substrate below (even if visible leaks are not observed inside the facility). Warranty to remain in effect for wind speeds up to 72 mph. Warranties requiring the Owner's signature will not be acceptable. 1. Warranty to include but not be limited to membrane, insulation, adhesives, fasteners, sealants, flashings, polymer clad sheet metal, etc. 2. Warranty Period: Twenty years from date of Substantial Completion. 3. Manufacturer's Representative 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 Substantial Completion and the second no earlier than fifty-nine (59) months and no later than sixty (60) months. Submit a written report within seven (7) days of the site visits to the Engineer listing observations, conditions and any recommended repairs or remedial action. PART 2 PRODUCTS 2.01 MANUFACTURER A. Membrane materials shall be manufactured by the following: 1. Sika Sarnafil 2. Fibertite 2.02 MEMBRANE MATERIALS A. Fully Adhered Membrane and Components: 1. Membrane (fleeceback) a. Sika Sarnafil 60 mil G410 Feltback b. Fibertite 45 mil SM -FB 2. Membrane Adhesive: Shall be membrane manufacturer's solvent based adhesive. Water based adhesive shall not be utilized in temperatures below 40 degrees F. a. Solvent Based i. Sika Sarnafil Sarnacol 2170 ii. Fibertite FTR 290 (fleeceback) 2.03 RELATED MATERIALS A. Flashing/Stripping Membrane: Shall be a non fleeceback, thermoplastic membrane reinforced with fiberglass. Utilize asphalt resistant flashing membrane where in contact with residual asphaltic materials or as required by the manufacturer. 1. Sika Sarnafil 60 mil G410 2. Fibertite 60 mil SM B. Asphalt Resistant Flashing/Asphalt Resistant Stripping Membrane: Shall be a 60 -mil minimum thickness non fleeceback, asphalt resistant, thermoplastic membrane reinforced Indian River County North RO Plant Roof Replacement 07 54 00-4 Thermoplastic Single Ply Roofing with fiberglass or polyester. C. Flashing Adhesive: Shall be membrane manufacturer's solvent based adhesive. 1. Sika Sarnafil Sarnacol 2170 2. Fibertite FTR 190e D. Fluid Applied Flashing: Shall be roof system manufacturer's approved, reinforced, PMMA liquid applied flashing: 1. Sika Sarnafil Liquid Flashing 2. Fibertite — as approved by manufacturer. E. T -joint Patch: Shall be membrane manufacturer's circular patch welded over T -joints formed by overlapping thick membranes. F. Corner Flashing: Shall be membrane manufacturer's pre -formed inside and outside flashing corners that are heat -welded to membrane or polymer clad metal base flashings. G. Pipe Flashing: Shall be membrane manufacturer's pre -formed pipe boot flashing that is heat -welded to membrane and secured with a stainless steel draw band and sealant. H. Termination Bar: Shall be manufacturer's 1/8" by 1" mill finish extruded aluminum bar with pre -punched slotted holes. 1. Counterflashing Bar: Shall be a prefabricated extruded aluminum metal counterflashing and termination bar. 0.10"-0.12" thick bar with 2-1/4" profile, pre -drilled holes 8" on center and sealant kick out at top edge. J. Sealant: Shall be manufacturer's multi-purpose sealant. K. Fasteners: 1. Flashing Membrane Termination Screws: #12 stainless steel hex or pan head screws with length to penetrate substrate a minimum of 1-1/2". 2. Concrete and Masonry Flashing Membrane Termination Anchors: a. 1/4" diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2". b. Masonry screws, approved my membrane manufacturer, 1/4 inch minimum diameter, corrosion resistant, with Philips flat head. Length to provide minimum 1-1/2" embedment into substrate. 3. Steel Deck Fasteners and Plates: stainless steel pan head screw approved by membrane manufacturer of length to penetrate top flange of steel deck a L. Primary Membrane Cleaner: Shall be a high quality solvent cleaner provided by membrane manufacturer and approved by engineer for use as a general membrane cleaner. M. Pre -weld Cleaner: Shall be a high quality solvent based seam cleaner with moderate evaporation rate provided by membrane manufacturer. N. Walkway Pad: Shall be walkway pad by manufacturer of membrane. 0. Pre -Fabricated Expansion Joint: Shall be manufacturer's approved pre -fabricated expansion joint made with polyester reinforced membrane, neoprene foam and Indian River County North RO Plant Roof Replacement 07 54 00-5 Thermoplastic Single Ply Roofing galvanized metal. P. Polymer Clad Metal: Refer to Section 07 62 00 -Sheet Metal Flashing and Trim PART 3 EXECUTION 3.01 SUBSTRATE PREPARATION A. Verify that the substrate is dry, clean, smooth, and free of loose material, oil, grease, or other foreign matter. Sharp ridges and other projections and accumulations of bitumen shall be removed to ensure a smooth surface before roofing. B. Asphalt roofing substrates shall be removed, covered, or flashed using compatible, approved materials. PVC shall not come in contact with substrates containing asphalt materials. C. Any deteriorated substrate shall be repaired. D. Beginning installation means acceptance of prepared substrate. E. Provide necessary protection from adhesive vapors to prevent interaction with foamed plastic insulation. 3.02 MEMBRANE INSTALLATION A. The surface of the insulation or substrate shall be inspected prior to installation of the roof membrane. The substrate shall be clean, dry, free from debris and smooth with no surface roughness or contamination. Broken, delaminated, wet or damaged insulation boards shall be removed and replaced. B. Over the properly installed and prepared substrate, membrane adhesive shall be -spread in accordance with the manufacturer's instructions and application rates utilizing equipment as required by the manufacturer. 1. Do not allow adhesive to skin -over or surface -dry prior to installation of roof membrane. 2. Adhesive application rates shall comply with the manufacturer's published requirements. 3. The Applicator shall count the amount of pails of adhesive used per area per day to verify conformance to the specified adhesive rate. 4. No adhesive shall be applied in seam areas. All membrane shall be applied in the same manner. 5. Notched squeegees shall be replaced each day or as notches are reduced below 1/4". C. The roof membrane shall be unrolled into the adhesive. Adjacent rolls overlap previous rolls by 3 inches (75 mm). This process is repeated throughout the roof area. Immediately after placement of membrane, each roll shall be pressed firmly into place with the manufacturer's recommended roller by frequent rolling in two directions. D. Weld membrane coverstrips at all fleeceback membrane seams without a factory selvage edge. 3.03 MEMBRANE TERMINATION A. Terminate membrane at all walls as shown in the contract drawings. Indian River County North RO Plant Roof Replacement 07 54 00-6 Thermoplastic Single Ply Roofing 1. Roof Deck: Membrane shall be mechanically terminated using approved fasteners and plates six (6) inches on center. 2. Wood Wall Substrate: Membrane shall be turned up wall one inch and mechanically terminated using approved screws eight (8) inches on center with a termination bar. 3. Concrete/Masonry Wall Substrate: Membrane shall be turned up wall one inch and mechanically terminated using approved anchors eight (8) inches on center with a termination bar. B. Terminate membrane at all penetrations as shown in the contract drawings. 1. Membrane shall be fastened six inches on center or a minimum of four (4) fasteners per penetration into the structural deck using fasteners and plates as approved by the membrane manufacturer for the deck substrate. C. Membrane shall extend over roof edge a minimum of 2" below the perimeter wood blocking. If fleeceback membrane is utilized, trim membrane flush with outside edge of roof and hot-air weld a non fleeceback flashing membrane to extend over the roof edge. 3.04 FLASHING INSTALLATION A. General 1. All flashings shall be installed concurrently with the roof membrane as the job progresses. 2. No temporary flashings shall be allowed without the prior written approval of the Engineer and Manufacturer. Approval shall only be for specific locations on specific dates. If any water is allowed to enter under the newly completed roofing, the affected area shall be removed and replaced at the Contractor's expense. 3, Seams shall not be "taped" as temporary measure but shall be fully completed before the end of each day. 4. Flashing shall be adhered to compatible, dry, smooth, and solvent -resistant surfaces. 5. Where substrates are incompatible with adhesives and PVC materials, the Contractor shall remove the incompatible materials and replace it with a compatible substrate, or install compatible PVC flashing materials. 6. Use caution to ensure adhesive fumes are not drawn into the building B. Adhesive for Flashing Membrane 1. Over the properly installed and prepared flashing substrate, flashing adhesive shall be applied according to instructions found on the Product Data Sheet. The membrane adhesive shall be applied in smooth, even coats with no gaps, globs or similar inconsistencies. 2. Only an area which can be completely covered in the same day's operations shall be flashed. The bonded sheet shall be pressed firmly in place with a hand roller. 3. No adhesive shall be applied in seam areas that are to be welded. C. All flashings shall mechanically terminated a minimum of 8 inches above the finished roofing surface using approved fasteners and counterflashing bar unless otherwise indicated in the Contract Drawings. Flashing heights less than 8" shall be accepted in writing by the Manufacturer's Technical Department. D. All flashing membranes shall be consistently adhered to substrates. All interior and Indian River County North RO Plant Roof Replacement 07 54 00-7 Thermoplastic Single Ply Roofing exterior corners and miters shall be cut and hot-air welded into place. No bitumen shall be in contact with the (roof) membrane. E. All flashings shall be hot-air welded at their joints and at their connections with the (roof) membrane. F. All flashings that exceed 30 inches (0.75 m) in height shall receive additional securement. Consult Manufacturer's Technical Department for securement methods. G. Corners shall be flashed using the membrane manufacturer's pre -formed corners. H. Polymer Clad sheet metal incorporated into the roofing system shall be sealed off with a heat welded stripping ply. The stripping ply shall extend four inches beyond sheet metal onto roof membrane and fit closely to edge of sheet metal. I. Scupper Roof Drain/Overflow Scupper Roof Drain 1. Mechanically attach membrane 6" on center into structural deck around drainage sump. Fully adhere flashing membrane and hot-air weld to membrane a minimum of 2 inches. 2. Install scupper roof drain according to manufacturer's installation instructions and provide stripping membrane hot-air welded to flange of scupper roof drain extending onto flashing membrane. 3. Refer to Section 22 14 00. J. Soil Pipe/Pipe Penetration: 1. Provide field wrapped pipe penetration flashing or manufacturer's pre -fabricated pipe boot as shown in detail drawing. 2. Apply aluminum tape to penetration if asphalt contamination is present. 3. Horizontal flashing membrane shall be hot-air welded a minimum of four inches onto the membrane. 4. Vertical flashing membrane shall be fully adhered to pipe penetration and extend a minimum of 1.5" horizontal at the base of penetration. Hot-air weld vertical flashing membrane to horizontal flashing membrane. 5. Install stainless steel draw band and sealant or hot-air weld flashing cap to terminate top edge of pipe flashing. 3.05 HOT-AIR WELDING OF SEAM OVERLAPS A. General 1. All seams shall be hot-air welded. Seam overlaps should be 3 inches (75 mm) wide when automatic machine -welding and 4 inches (100 mm) wide when hand - welding, except for certain details. 2. Welding equipment shall be provided by or approved by the membrane manufacturer. All mechanics intending to use the equipment shall have successfully completed a training course provided by a membrane manufacturer's technical representative prior to welding. 3. All membrane to be welded shall be clean and dry. B. Hand -Welding 1. Hand -welded seams shall be completed in two stages. Hot-air welding equipment shall be allowed to warm up for at least one minute prior to welding. Indian River County North RO Plant Roof Replacement 07 54 00-8 Thermoplastic Single Ply Roofing 2. The back edge of the seam shall be welded with a narrow but continuous weld to prevent loss of hot air during the final welding. 3. The nozzle shall be inserted into the seam at a 45 degree angle to the edge of the membrane. Once the proper welding temperature has been reached and the membrane begins to "flow," the hand roller is positioned perpendicular to the nozzle and pressed lightly. For straight seams, the 1 %2 inch (40 mm) wide nozzle is recommended for use. For corners and compound connections, the 3/4 inch (20 mm) wide nozzle shall be used. C. Machine Welding 1. Machine welded seams are achieved by the use of automatic welding equipment. When using this equipment, instructions from the manufacturer shall be followed and local codes for electric supply, grounding and over current protection observed. Dedicated circuit house power or a dedicated portable generator is recommended. No other equipment shall be operated off the generator. 2. Metal tracks may be used over the deck membrane and under the machine welder to minimize or eliminate wrinkles. D. Quality Control of Welded Seams 1. The Applicator shall check all welded seams for continuity using a rounded screwdriver. Visible evidence that welding is proceeding correctly is smoke during the welding operation, shiny membrane surfaces, and an uninterrupted flow of dark grey material from the underside of the top membrane. On-site evaluation of welded seams shall be made daily by the Applicator to locations as directed by the Engineer or membrane manufacturer's representative. One inch (25 mm) wide cross-section samples of welded seams shall be taken at least three times a day. Correct welds display failure from shearing of the membrane prior to separation of the weld. Each test cut shall be patched by the Applicator at no extra cost to the Owner. 3.06 WALKWAY PAD INSTALLATION A. Roofing membrane to receive walkway pad shall be clean and dry. B. Place chalk lines on sheet to indicate location of Walkway. C. Apply a continuous coat of membrane adhesive to the sheet and the back of walkway pad in accordance with membrane manufacturer's technical requirements and press walkway pad into place with a water -filled, foam -covered lawn roller. D. Clean the membrane in areas to be welded. Hot-air weld the entire perimeter of the walkway to the roofing membrane. E. Check all welds with a rounded screwdriver. Re -weld any inconsistencies. F. Important: Check all existing membrane seams that are to be covered by walkway with rounded screwdriver and re -weld any inconsistencies before walkway installation. G. Provide walk pads where indicated in Contract Drawings and at the following locations: 1. Around roof hatches. 2. At base and top of fixed wall access ladders. 3. Around HVAC units. Indian River County North RO Plant Roof Replacement 07 54 00-9 Thermoplastic Single Ply Roofing 3.07 TEMPORARY CUT-OFF A. All flashings shall be installed concurrently, with the membrane in order to maintain a watertight condition as the work progresses. B. When a break in the day's work occurs in the central area of the project install a temporary watertight seal. An 8" strip of flashing membrane shall be welded 4" to the new field membrane. The remaining 4" of flashing membrane shall be sealed to the deck and/or the substrate so that water will not be allowed to travel under the new or existing membrane. The edge of the membrane shall be sealed in a continuous heavy application of pourable sealer of 6 inch width. When work resumes, the contaminated membrane shall be removed and disposed of. None of these materials shall be reused in the new work. C. If inclement weather occurs while a temporary water stop is in place, the Contractor shall provide the labor necessary to monitor the situation to maintain a watertight condition. D. If any water is allowed to enter under the newly -completed system, the affected area shall be removed and replaced at the Contractor's expense. 3.08 CLEANING AND PROTECTION A. The Contractor shall be responsible for protecting the roof from construction related damages during the Work. B. The Contractor shall ensure trash and debris is removed from the roof daily. C. Metal scraps, nails, screws and other sharp damaging debris shall be kept off of the roof membrane surface during construction. D. The Contractor shall clean off/remove excess adhesive, sealant, stains and residue on the membrane and flashing surfaces. E. The Contractor shall repair or remove and replace damaged membrane, flashings and other membrane components. Repairs shall be approved by the Engineer and be in accordance with the membrane manufacturers repair instruction to comply with the specified warranty. F. The Contractor shall remove temporary coverings and masking protection from adjacent work areas upon completion. END OF SECTION 07 54 00 Indian River County North RO Plant Roof Replacement 07 54 00-10 Thermoplastic Single Ply Roofing SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 WORK INCLUDED A. Fabrication and installation of new sheet metal flashings and trim to provide a permanently watertight condition. 1.02 RELATED DOCUMENTS 1. Rough Carpentry 2. Thermoplastic Single Ply Roofing 1.03 REFERENCES A. Refer to the following references for specification compliance: Section 06 10 00 Section 07 54 00 1. FBC Building Code 2. ASTM International 3. National Roofing Contractors Association (NRCA) 4. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) a. Architectural Sheet Metal Manual, Seventh Edition — January, 2012 5. ANSI/SPRI ES -1 1.04 SUBMITTALS A. Refer to Section 01 33 00 -Product Submittals for Submittals. B. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. C. Pre -finished sheet metal and sealant color chart. D. Shop Drawings for any transitions and/or terminations not depicted in Contract Drawings. 1.05 MOCK-UPS A. Provide mock-ups of the following sheet metal components prior to fabrication of the components: 1. Coping: Provide minimum 10' length of coping mock-up including any applicable fascia covers. Mock-up shall include at least one seam of the configuration specified. 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. Expansion Joint:: Provide minimum 10' length of expansion joint cover and cleat mock-up. Mock-up shall include at least one seam of the configuration specified. 4. Wall Expansion Joint: Provide minimum 10' length of expansion joint cover and cleat mock-up. Mock-up shall include at least one seam of the configuration Indian River County North RO Plant Roof Replacement 07 62 00-1 Sheet Metal Flashing and Trim specified. Provide mock-up of any receiver and/or counter flashing components as part of the detail. 1.06 QUALITY ASSURANCE A. Installation shall comply with the Contract Drawings. References to figures are from SMACNA Architectural Sheet Metal Manual, Seventh Edition — January, 2012. B. Ensure work is free of leaks in all weather conditions. C. Fabricate metal edge (where no gutter is present) and coping in accordance with ANSI/SPRI 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. 1.07 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. 1.08 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. 1.09 WARRANTY A. Contractor to provide the pre -finished sheet metal manufacturer's thirty (30) year finish warranty from the date of substantial completion. B. Provide certification of air-dried kynar paint or powder coating for specified materials. PART 2 PRODUCTS 2.01 PRE -FINISHED STEEL A. Galvalume coated steel meeting or exceeding AZ50 per ASTM A792. Manufacturer's smooth finish, pre -finished color coatings consisting of full strength 70% Kynar 500 fluorocarbon (Polyvinylidene Fluoride PVF2) coating over a urethane primer on the finish side, with primer and a wash coat on the reverse. All measurements per NCCA Technical Bulletin I1-4 or ASTM D1005. A strippable plastic film should protect the finish during fabrication and installation. Manufacturer's standard or special color to be selected by Owner. Indian River County North RO Plant Roof Replacement 07 62 00-2 Sheet Metal Flashing and Trim 1. 24 gauge a. Slip Flashing b. Receiver Flashing c. Counterflashing d. Expansion Joint Cover e. Expansion Joint Cleat f. Coping g. Fascia Cover h. Metal Edge 2.02 GALVALUME A. Galvalume coated steel meeting or exceeding AZ50 per ASTM A792 1. 22 gauge a. Continuous Cleat 2.03 GALVANIZED STEEL A. ASTM, A 653, AISI G90 galvanized steel, mill finish. 1. 22 gauge a. Continuous Cleat 2.04 STAINLESS STEEL A. 26 gauge, Type 304 as tested in accordance with ASTM A 167. 1. Scupper Roof Drain 2. Overflow Scupper Roof Drain 3. Flange/Sleeve 4. Watertight Umbrella 5. Multiple Pipe Enclosure Components a. Pipe Enclosure Flashing b. Closure Cap 6. Pitch Pan 7. Splash Pan B. Compression Bar: 1/4" X 1.5" stainless steel flat bar. 2.05 POLYMER CLAD METAL (PVC) A. Polymer Clad Metal — Heat -weldable, 24 gauge, AISI G90 galvanized steel sheet with a 20 -mil unsupported thermoplastic membrane coating to match the flashing membrane composition laminated on one side. Polymer -Clad metal shall be manufactured by, and included in the warranty of, the single -ply membrane Manufacturer. Color shall be selected by Owner. 1. Flange/Sleeve Indian River County North RO Plant Roof Replacement 07 62 00-3 Sheet Metal Flashing and Trim 2. Metal Edge 3. Scupper Drain Flange 2.06 FASTENERS A. Roofing Nails: 11 or 12 gauge stainless steel ring shank roofing nails with diamond point, minimum 3/8" diameter head and length as required to penetrate substrate a minimum of 1-1/4". B. Screws: 1. Sheet metal to wood attachment (exposed): #12 stainless steel, 5/16 HWH with length to penetrate substrate a minimum of 1-1/2". Provide with bonded EPDM washer or washer specified below. 2. Sheet metal to wood attachment (concealed): #10 stainless steel, low profile pancake head with length to penetrate substrate a minimum of 1-1/2". 3. Sheet metal to light gauge steel attachment: #14-13 DPI stainless steel low profile pancake head of length as required for three threads to penetrate metal substrate or min. 1" penetration though wood substrates. 4. Sheet metal to sheet metal attachment (exposed): 1/4" x 7/8" carbon steel, self - drilling point, self -tapping, zinc alloy hex head screws with bonded EPDM tubular washer under head of fastener; screw heads to match color of wall panel by means of factory applied coating. C. Concrete and Masonry Anchors: 1/4" diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2". D. Washers: Shall be stainless steel with neoprene gasket backing. Shall be 9/16" diameter for use with #12 screws and 5/8" diameter for use with 1/4" diameter concrete and masonry anchors. E. Rivets: #44 stainless steel rivets with stainless steel mandrel. Length of rivet to properly fasten particular sheet metal components. Rivets shall be factory painted to match adjacent sheet metal. 2.07 RELATED MATERIALS A. 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. Grace Ice and Water Shield HT 3. Carlisle WIP 300 HT B. PVC Flashing: 20 mil corrosion resistant, waterproof PVC flashing. C. Compressible Insulation: Un -faced friction -fit fiberglass building insulation, cut to fit from 3-1/2"x 15"x48" batts. D. 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 0 as required by substrate conditions. Color to match adjacent materials. Indian River County North RO Plant Roof Replacement 07 62 00-4 Sheet Metal Flashing and Trim E. 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. F. Sealant Tape: Minimum 1/2" wide non -skinning butyl sealant tape. G. Butyl Sealant: Shall be gun grade, non -skinning, non -hardening, flexible blend of butyl rubber and polyisobutylene sealant. H. 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. I. Backer Rod: Closed -cell polyethylene or polyurethane rods sized approximately 25% larger than joint opening. J. Solder: 80-20 lead -TIN alloy conforming to ASTM B32. K. Flux: Muriatic acid killed with zinc or an accepted brand of commercial soldering flux designed for use with 80-20 solder. L. 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. M. Pourable Sealer: Two part pourable polyurethane sealant conforming to ASTM D 429, and designed to seal around penetrations. N. Prefabricated Flexible Conduit Penetration Flashings: One-piece non insulated Aluminum Liquid Tight Flexible Conduit Flashings; MEF -2A standard 12" (305 mm) high flashing; 0.109" (2.7mm) mill finish 6061-T4 aluminum; to CSA B272-93; with EPDM End Cap as manufactured by Thaler Metal Industries Ltd. (www.thalermetal.com, or 800-576-1200) or Engineer accepted equivalent. PART 3 EXECUTION 3.01 EXAMINATION A. Coordinate with other work for correct sequencing of items which make up the entire system. B. Ensure substrates are installed, secured and modified to accommodate sheet metal flashings. C. Deficiencies associated with the sheet metal substrates shall be reported to Engineer before beginning sheet metal work. All such deficiencies shall be corrected before installing sheet metal flashings. 3.02 INSTALLATION A. General: 1. All joints to be locked and sealed or soldered. Indian River County North RO Plant Roof Replacement 07 62 00-5 Sheet Metal Flashing and Trim 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. 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. 5. Various sheet metal sections shall be uniform with corners, joints and angles mitered, sealed and secured. 6. Exposed edges shall be returned (hemmed); both for strength and appearance, and sheet metal shall be fitted closely and neatly. 7. Provide cleats or stiffeners and other reinforcements to make all sections rigid and substantial. 8. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, "oil canning", and buckling. 9. All sheet metal details shall provide for redundancy including but not limited to sheet metal underlayment and/or sealants. This secondary protection shall be installed, sealed and lapped to ensure a redundant layer of protection will shed moisture infiltration in the sheet metal fails. B. Sheet Metal Underlayment: 1. Fully adhere to substrates where indicated in Contract Drawings. 2. Lap adjoining sections a minimum of 3" and fully adhere. 3. Shall extend beyond wood blocking a minimum of 1" at roof edges and parapet walls. 4. At roof edges and parapet walls, sheet metal underlayment shall be installed concurrently with roof membrane and flashing installation. Temporary weather protection utilizing other materials is not acceptable when sheet metal underlayment is specified. C. Fasteners: Shall be size and type required. 1. All fasteners to be rust resistant and compatible with materials to be joined. 2. All exposed fasteners shall be stainless steel screws with washers fastened through 5/16" predrilled oversized holes. 3. All exposed fasteners into concrete or masonry shall be metal based expansion anchor with stainless steel pin with washers fastened through 11/32" predrilled oversized holes. 4. All exposed fasteners shall have factory painted heads to match the sheet metal color. 5. Exposed horizontal surface fasteners are not acceptable. D. Scupper Roof Drain 1. Provide prefabricated scupper roof drain as indicated in detail drawing. Install copper/lead flashing in full bed of roof sealant. Form flashing to conform to substrate and extend a minimum of 1" beyond clamping ring. 2. Provide flange which extends a minimum of 4" on top and sides of scupper, and extends a minimum of 4" out onto the horizontal membrane. Set all flanges in a full bead of roof sealant. 3. Strip -in flange as specified in Contract Drawings. 4. Refer to Section 22 14 00. Indian River County North RO Plant Roof Replacement 07 62 00-6 Sheet Metal Flashing and Trim E. Overflow Scupper Roof Drain 1. Provide prefabricated overflow scupper roof drain as indicated in detail drawing. Install copper/lead flashing in full bed of roof sealant. Form flashing to conform to substrate and extend a minimum of 1" beyond clamping ring. 2. Provide flange which extends a minimum of 4" on top and sides of scupper, and extends a minimum of 4" out opto the horizontal membrane. Set all flanges in a full bead of roof sealant. 3. Strip -in flange as specified in Contract Drawings. 4. Refer to Section 22 14 00. F. 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. G. Pipe Penetration 1. Fabricate flange/sleeve and umbrellas as shown in detail drawings. Refer to SMACNA Architectural Sheet Metal Manual Figure 8-9C. 2. Provide a 4" minimum flange attached and stripped in as indicated in the Contract Drawings. 3. Install watertight umbrella with stainless steel draw band and sealant properly tooled to ensure adhesion and slope to shed water. 4. Vertical leg of umbrella flashing shall extend a minimum of 2" below the sleeve top and be positioned as low as possible on the sleeve. 5. Clean and solder all seams. H. Slip Flashing for Curbs 1. Fabricate slip flashing at curbs as shown in detail drawings in 10' lengths. 2. Slip flashing shall extend a minimum of 2 inches below base flashing termination and shall fit tightly against curb. 3. Secure slip flashing 12" on center of a minimum of two fasteners per side of the curb. 4. Notch and lap ends of adjoining sections not less than 4"; apply sealant tape between sections. 5. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. Equipment Support 1. Wrap top of equipment support with sheet metal underlayment to extend two inches below base flashing termination. 2. Fabricate equipment support cap at curbs as shown in detail drawings in one continuous piece of sheet metal and secure at eighteen inches on center. J. Reglet Mounted Two -Piece Receiver and Counterflashing 1. Fabricate receiver and counterflashing as shown in detail drawings in 10' lengths. Indian River County North RO Plant Roof Replacement 07 62 00-7 Sheet Metal Flashing and Trim 2. Install receiver flashing into saw -cut reglet and secure with soft metal wedges at 18" on center set deep into joint or surface mount at 12" on center. 3. Install sealant properly tooled to ensure adhesion and slope to shed water in saw - cut reglet. Sealant shall completely cover soft metal wedges. 4. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. Stagger receiver anchors/wedges with counterflashing fasteners. 5. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 6. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply sealant tape between sections. 7. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. K. Surface Mounted Two -Piece Receiver and Counterflashing 1. Fabricate receiver and counterflashing as shown in detail drawings in 10' lengths. 2. Install receiver flashing surface mounted at 12" on center. 3. Install sealant in kick -out and manually tool concave to ensure proper adhesion and slope to shed water as indicated in detail drawings. 4. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. Stagger receiver anchors with counter flashing fasteners. 5. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 6. Notch and lap ends of adjoining sheet metal sections not less than 4"; apply sealant between sections. 7. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2" on center. L. Expansion Joint 1. Fabricate expansion joint cover and cleat as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-5A. 2. Prior to installation of expansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install sheet metal underlayment up and over expansion joint extending a minimum of 2" down below the top of the expansion curb on both sides. 4. Install flashing membrane up and over expansion joint extending a minimum of 2" down below the top of the expansion curb and hot-air welded to flashing membrane as indicated in detail drawings. Allow flashing membrane to dip into expansion cavity approximately to allow for expansion. 5. Provide continuous expansion joint cleat fastened to the expansion curb 8" on center. 6. Lock expansion joint cover onto cleat and fasten remaining vertical leg of cover to wood blocking 12" on center. 7. Notch and lap ends of adjoining expansion joint cleat sheet metal sections not less than 4"; apply sealant tape between sections. 8. Provide drive seam at adjoining expansion joint cover sections. Turn cover ends back a minimum of 1" onto itself. Allow '/4" space between coping sections for expansion and contraction and install sealant. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-2, type 4. 9. Provide one piece expansion joint cover section at four way and tee intersections. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-2. Indian River County North RO Plant Roof Replacement 07 62 00-8 Sheet Metal Flashing and Trim 10. Provide expansion joint end closure at roof edges. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-3. M. Wall Expansion Joint 1. Fabricate expansion joint cover and cleat as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-6B. 2. Prior to installation of expansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install sheet metal underlayment adhered to vertical substrate and extending a minimum of 2" down below the top of the expansion joint curb. 4. Install flashing membrane adhered to vertical substrate and extending a minimum of 2" down below the top of the expansion joint curb hot-air welded to the flashing membrane as indicated in detail drawings. Install flashing membrane to allow room for expansion. 5. Provide continuous cleat fastened to the expansion joint curb 8" on center. 6. Lock expansion joint cover onto cleat and fasten to wall substrate 12" on center. 7. Notch and lap ends of adjoining expansion joint cleat sheet metal sections not Less than 4"; apply sealant tape between sections. 8. Notch and lap ends of adjoining expansion joint cover sheet metal sections not less than 6" and apply two beads of sealant between sections. Center 8" wide cover plate over exposed edge of sheet metal and apply sealant to each side of lap. Rivet cover plate at 2" on center to one side of lap only. N. Fascia Cover 1. Provide fascia cover secured to wood blocking 12" on center where indicated in detail drawings. 2. Notch and lap ends of adjoining fascia cover sheet metal sections not less than 4"; apply sealant tape or two beads of butyl sealant between sections. O. Parapet Wall 1. Fabricate coping in 10' lengths. Width of coping shall be fabricated to be a maximum of 1/2" wider than the width of the wall; Contractor is responsible to field verify parapet wall width prior to sheet metal fabrication. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-4A. 2. Install tapered edge strip mechanically attached or set in foam adhesive to top of wood blocking. 3. Install flashing membrane up and over parapet extending a minimum of 1" below wood blocking. 4. Install continuous cleat fastened to substrate 6" on center in vertical leg. Locate fasteners no greater than 2" from the bottom hem. 5. Lock outside face of coping onto continuous cleat and secure inside face as follows: a. For coping widths up to and including 12 inches, secure with screws through waterproof washers and oversized holes at 18 inches on center. b. For coping widths greater than 12 inches, secure inside face with continuous cleats. Secure cleat through vertical face of cleat to blocking with fasteners at 6 inches on center. Locate fasteners no greater than 2 inches from the bottom hem. Indian River County North RO Plant Roof Replacement 07 62 00-9 Sheet Metal Flashing and Trim 6. Provide drive seam at adjoining coping sections. Turn cover ends back a minimum of 1" onto itself. Allow 14" space between coping sections for expansion and contraction and install sealant. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-2, type 4. 7. Provide one piece coping section at four way and tee intersections. 8. Turn coping ends up a minimum of 2" at elevation walls and cover termination with surface mounted counterflashing. P. Metal Edge (Thermoplastic) 1. Fabricate metal edge as shown in detail drawings in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 2-1 except for continuous cleat dimensions which shall be as shown in Contract Drawings. a. Fabricate without vertical gravel stop at drainage edges and % inch vertical gravel stop at non -drainage edges. 2. Terminate membrane at roof edge and hot-air weld flashing membrane strip to extend down the outside vertical face over the wall. 3. Provide sealant tape at base of flashing membrane on outside of wall to prevent moisture infiltration. 4. Install a continuous cleat over fascia cover 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 secure flange of metal edge to wood blocking 3" on center staggered and not within 'A" from inside edge and %" from outside edge. 6. Strip flange of metal edge with hot-air welded stripping membrane as specified in the Contract Drawings. 7. Hand tong all of metal edge onto continuous cleat. 8. Metal Edge Joints: a. Leave a 1/4" opening between metal edge sections. Install two roofing nails in the end of the flange, and one roofing nail in the end of the vertical face of each metal edge section. b. Center aluminum tape over entire joint opening (flange and face). c. Hot-air weld 4" wide strip of stripping membrane over entire joint. d. Strip in flange of metal edge as described above. e. Center 6" wide cover plate over joint locking onto notched drip edges of metal edge sections. Refer to SMACNA Architectural Sheet Metal Manual Figure 2-5A, and Figure 2-5, Detail 1. f Strip flange of cover plate with hot-air welded flashing membrane. Flashing membrane shall extend 2"beyond the cover plate flange on 3 interior sides. Q. Gutters 1. Fabricate to profile shown in Contract Drawings. Refer to SMACNA Architectural Sheet Metal 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 Indian River County North RO Plant Roof Replacement 07 62 00-10 Sheet Metal Flashing and Trim exposed inside edge and on rivets. Lap joints in the direction of water flow. 3. Terminate membrane at roof edge and hot-air weld flashing membrane strip to extend down the outside vertical face of wall. 4. Provide butt type expansion joints in gutters at spacing appropriate for the type material used to fabricate gutters. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-7. Maximum length of gutters shall be 50'. 5. Provide downspout outlet tubes in downspout locations. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-33B and Detail 1. 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. 6. 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. R. Splash Pans 1. Where downspouts discharge onto adjacent roof; provide splash pans on 18" by 30" walk pads. 2. Splash pan shall be fabricated to meet SMACNA Architectural Sheet Metal Manual Figure 1-36, Alternate Section with 2 v -grooves. S. Multiple Pipe Penetration 1. Fabricate pitch pan, pipe enclosure flashing, and closure cap as shown in detail drawings. Refer to SMACNA Architectural Sheet Metal Manual Figure 8-8B or 8-9A depending upon direction of pipes. 2. Size pitch pan minimum 2" larger than the penetration on all sides. Provide a 4" minimum flange and double walls with minimum depth of 6". 3. Strip -in flange of pitch pan as indicated in the Contract Drawings. 4. Install 2" wide aluminum tape around all sides of pitch pan extending 1/2" above top edge. 5. Fill pitch pan with non -shrink grout to a depth of 2" from the top of the tape. 6. Fill pitch pan with pourable sealer to the top of the tape. Slope to shed water. 7. Secure pipe enclosure flashing and cap as indicated in detail drawings. 8. Clean and solder all seams. T. Base Flashing Closure 1. Install new closures where base flashings abruptly end. 2. Completely solder or seal all joints to be watertight. 3. Install closures over membrane and under finish ply of base flashing. 4. Extend closures up under counterflashings or copings. 5. Install closures to completely seal ends of base flashings, membrane and cants as well as end joints of edge metal. U. Polymer Clad Base Flashing Indian River County North RO Plant Roof Replacement 07 62 00-11 Sheet Metal Flashing and Trim 1. Fabricate as shown in detail drawings in 10' lengths. 2. Leave a 1/4" opening between sheet metal sections. 3. Center aluminum tape over entire joint opening. 4. Hot-air weld 4" wide strip of stripping membrane over entire joint. 5. Strip flange of base flashing as indicated in the Contract Drawings. 3.03 CLEANING AND PROTECTION A. All sheet metal work shall be thoroughly cleaned of all asphalt, flux, scrapes and dust. B. Scratches through the metal finish shall be replaced to the Owner's satisfaction. END OF SECTION 07 62 00 Indian River County North RO Plant Roof Replacement 07 62 00-12 Sheet Metal Flashing and Trim SECTION 07 72 00 ROOF ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Furnish and install roof accessory assemblies as indicated and required by the Contract Drawings: 1. Provide pipe supports for all rooftop conduit, gas lines, electrical lines, condensa- tion lines, etc. 2. Provide PVC pipe to route condensation from HVAC p -traps to nearest drainage point. 1.02 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to: 1. Thermoplastic Single Ply Roofing Section 07 54 00 1.03 SUBMITTALS A. Refer to Section 01 33 00 -Submittals. B. Latest edition of the Manufacturer's current material specifications and installation instruc- tions. C. Manufacturer's Product Data Sheets for all materials specified certifying material complies with all specified requirements. 1.04 DELIVERY, STORAGE; AND HANDLING A. Packing and Shipping: Deliver materials to site in Manufacturer's original unopened pack- aging with labels intact. B. Storage: Adequately protect against damage while stored at the site. C. Handling: Comply with Manufacturer's instructions. 1.05 PROJECT CONDITIONS A. Field Measurements: Verify all dimensions required. 1.06 WARRANTIES A. All roof accessories provided through roof system manufacturer shall be included in the specified roof system manufacturer's warranty. Indian River County North RO Plant Roof Replacement 07 72 00-1 Roof Accessories PART 2 PRODUCTS 2.01 MATERIALS A. Pipe Support: Smooth EPDM rubber pipe support sized to fit the diameter of the pipe being supported and height adjustable. Acceptable products include: 1. Olympic Olyflow PipeGuard 2. Erico Caddy Pyramid EZ Series 3. Portable Pipe Hangers 4. Miro Industries PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine subsurfaces to receive Work and report detrimental conditions in writing to Architect. Commencement of Work will be construed as ac- ceptance of subsurfaces. B. Coordination: Coordinate with other Work which affects, connects with, or will be con- cealed by this Work 3.02 INSTALLATION A. Pipe Supports 1. Provide pipe supports at all rooftop gas, electrical conduit and condensation lines with a 5' maximum spacing. 2. Provide new PVC condensation lines with integral P -trap on HVAC units. 3. Route condensation lines to nearest drainage point (i.e. roof drain, gutter, or scup- per). 3.03 CLEANING A. During the course of the Work and on completion, remove and dispose of excess materials, equipment and debris away from premises. END OF SECTION 07 72 00 Indian River County North RO Plant Roof Replacement 07 72 00-2 Roof Accessories SECTION 22 14 00 STORM DRAINAGE PART 1 GENERAL 1.01 SECTION INCLUDES A. Water test of scupper roof drains/below grade storm drainage leaders. B. Replacement of existing scupper roof drain/ overflow scupper roof drain components. C. Provide scupper roof drains approved by roof system manufacturer. D. Provide scupper roof drains/ scupper overflow roof drains and associated plumbing where indicated in Contract Drawings. 1.02 RELATED DOCUMENTS 1. Thermoplastic Single Ply Roofing Section 07 54 00 2. Sheet Metal Flashing and Trim Section 07 62 00 1.03 REFERENCES A. Refer to the following references for specification compliance: 1. FBC Building Code 2. ASTM International a. ASTM A 74 Specification for Cast Iron Soil Pipe and Fittings Hub and Spigot. b. ASTM A 888 Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Application. c. ASTM C 564 Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. d. ASTM C 1277 Specification for Shielded Couplings joining hubless cast iron soil pipe and fittings. e. ASTM D 2665 Specification for PVC Plastic Drain, Waste and Vent Pipe and Fittings. f. ASTM D 2564 Solvent Cements for PVC Pipe and Fittings. 3. American Society of Mechanical Engineers — ASME a. ASME A112.21.2 Roof Drains 4. International Association Plumbing & Mechanical Officials — IAPMO 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 with all specified requirements. C. Shop Drawings: Include plans, elevations, sections and details. Indian River County North RO Plant Roof Replacement 22 14 00-1 Storm Drainage 1.05 DELIVERY, STORAGE AND HANDLING A. Delivery: Materials shall be delivered in the manufacturer's original sealed and labeled packaging. B. Storage: Materials shall be stored as directed by Owner and Engineer, to prevent damage. Storage shall not encumber Owner's operations. C. Handling: Materials shall be handled in such a manner as to prevent damage and contamination. 1.06 JOB CONDITIONS A. Environmental Requirements: 1. Roof drains and associated plumbing shall be installed during periods of no precipitation to prevent water from entering the building. 2. The Contractor shall be responsible for all necessary precautions to prevent damage to the building and contents during roof drain and associated plumbing installations. 3. Comply with applicable rules and regulations of Authorities Having Jurisdiction pertaining to storm sewage systems. B. Protection: 1. Contractor shall ensure roof drainage systems remain in service, and shall be restored fully operational before leaving the site. 2. Contractor shall protect building interior and exterior surfaces during construction. 1.07 QUALITY ASSURANCE A. Contractor shall ensure plumbing systems and components are installed by licensed, qualified personnel. B. Contractor shall ensure roof drains, couplings, piping, supports, fixtures, pipe hangers, fasteners, fittings, etc. are installed in compliance with the referenced plumbing code, and shall be installed in accordance with the component manufacturer's published guidelines and instructions, and referenced standards. C. Contractor shall be responsible for field testing of completed storm draM systems as required by the referenced plumbing code. PART 2 PRODUCTS 2.01 MATERIALS A. Scupper Roof DraM: Premanufactured scupper roof drain with stainless steel components including body, PVC coated, 4 -inch no hub outlet, and strainer dome. Provide stainless steel bolts for securement of flange. Acceptable Scupper Roof Drain Manufacturers include Thunder Bird Products or Engineer's accepted equivalent. B. Overflow Scupper Roof Drain: Premanufactured scupper roof drain with stainless steel components including body, PVC coated, 4 -inch no hub outlet, 2" high water dam and Indian River County North RO Plant Roof Replacement 22 14 00-2 Storm Drainage strainer dome. Provide stainless steel bolts for securement of flange. Acceptable Scupper Roof Drain Manufacturers include Thunder Bird Products or Engineer's accepted equivalent. C. Above -grade PVC Piping and Fittings: 1. PVC Schedule 40 Solid Wall and PVC DWV (Drain, Waste and Vent) Fittings, conforming to ASTM D 2665. Pipe and fittings shall conform to ANSI/National Sanitation Foundation Standard No. 14, Plastics Piping System Components & Related Materials. D. Pipe Hangers & Clamps: Carbon steel, galvanized finish. Clamps, rods and associated components shall be sized for attachment to structural supports for pipe material and type, sizes as published by the hanger/clamp manufacturer. Meeting Federal Specification A -A -1192A, WW -H-171 and MSS SP -69, for Type specified: 1. Riser clamps Type 8 or Type 42. 2. Adjustable Clevis Hangers, Type 1 for 100 ft. or less. 3. Adjustable Roller Hangers, Type 44/43 for 100 ft. or more. 4. Acceptable manufacturers include Empire Industries, Inc., Anvil International, Inc., Globe Pipe Hanger Products, Inc., Hilti, Inc., Erico, Inc. or Engineer's accepted equivalent. E. Fasteners and Anchors: 1. Screws: #12 hot dipped galvanized or stainless steel hex or pan head screws with length as required to penetrate substrate a minimum of 1-1/2". 2. Metal based expansion anchor with stainless still pin or screw, minimum 1/4 inch diameter. Length as required to provide minimum 1" embedment into substrate, or as required by the fastener manufacturer to achieve required withdrawal load. Acceptable manufacturers include Zamac Nailin by Powers Fasteners, Nailcon by ITW Buildex, HIT Anchors by Hilti, Hammer -Set Anchors by Red Head or engineers accepted equivalent. 3. Masonry screws, 1/4 inch minimum diameter, Type 410 stainless steel. Length as required to provide minimum 1" embedment into substrate, or as required by the fastener manufacturer to achieve required withdrawal load. Acceptable manufacturers include Tapcon by ITW Buildex, KWIK-CON II by Hilti or engineers accepted equivalent. F. Pipe Supports: 1. Steel angle: Minimum 3 x 3 x 'A" steel angle meeting ASTM A36, maximum deflection determined by span/360. PART 3 EXECUTION 3.01 INSPECTION A. A pre job conference including the Engineer, Contractor, and the Owner's representative shall be conducted prior to the installation of roof drains and associated piping and plumbing fixtures. B. Contractor shall verify that conditions are acceptable to begin the installation. Indian River County North RO Plant Roof Replacement 22 14 00-3 Storm Drainage C. Contractor shall be responsible for daily inspection of the plumbing installation to ensure conditions remain satisfactory. 3.02 PREPARATION A. The Contractor shall inspect all existing building components and conditions before proceeding with plumbing installation. B. Where decking is to be cut for new drains, the building interior shall be inspected for utilities, structural members and occupancy conditions to ensure conditions are satisfactory to proceed. C. Where new piping is to be installed, the Contractor shall inspect the piping route and hanger attachment points to ensure conditions are satisfactory to install piping and all associated plumbing fixtures for the completed drainage system. D. Route piping to maintain working spaces around electrical equipment by NEC. E. Piping and fixtures shall not be routed to interfere with the service of in-place equipment and systems. F. Do not close off or obstruct streets, walks or other adjacent occupied facilities without permission from Owner, Engineer, and Authorities Having Jurisdiction. 3.03 EXISTING SCUPPER ROOF DRAINS AND LEADERS A. Prior to commencement of any work on the project the Contractor shall inspect each existing scupper roof drain/below grade storm drain leader for damage and water flow. 1. Each scupper roof drain/leader shall be water tested for proper flow utilizing a minimum 3/4 -inch hose. Water shall flow into the line under maximum pressure available for a period of not less than 15 minutes. 2. Inspection and testing operation shall precede any roofing tear -off. If deficiencies or damages are observed, Contractor shall record the deficiency on a Roof Plan and forward to the Engineer. The Engineer will notify the Owner's Maintenance Department accordingly. Contractor shall allow 48 hours after notification for any corrective work by the Owner. 3. If no deficiencies or damages are reported to the Owner prior to commencement of work, Contractor shall assume full responsibility for the condition and operation of the drains/leaders. 4. Contractor shall install temporary drain plugs while performing any work at or near the scupper roof drains. Drain plugs shall be removed at the end of each work day. B. Contractor shall be responsible for installing drain plugs during roofing activities to prevent foreign materials from entering drainage system. Drain plugs shall be removed at the end of each work day to maintain drains in fully operational condition. C. Clamping flanges and bolts at scupper roof drains shall be fully reinstalled at the end of each working day. D. Drain piping clogged by construction debris shall be repaired by the Contractor at no cost to the Owner. Indian River County North RO Plant Roof Replacement 22 14 00-4 Storm Drainage E. Scupper roof drain lowering 1. Inspect all existing scupper drains for elevation relative to top surface of roof deck. 2. Adjusted vertical portion of drain leader and lower scupper drain so flange is located where indicated in Contract Drawings. 3.04 SCUPPER ROOF DRAIN AND ABOVE GRADE PIPE INSTALLATION A. Scupper roof drains, piping and all associated plumbing shall be installed to meet applicable requirements of the local plumbing, building and fire code. B. Cast iron piping and fittings shall be cut and installed in accordance with CISPI Pipe and Fittings Handbook, and the pipe manufacturer's published instructions. C. Scupper drains and all associated components shall be installed in accordance with the drain manufacturer's published instructions. D. Pipe clamps and hangers shall be installed of size and type as specified and by clamp and hanger manufacturer's published requirements based upon drain pipe size, support type. 1. Minimum size of round rods supporting the pipe hangers shall be of the following for pipe size and spacing: a. 3/8" to 2" pipe = 3/8" rod b. 2-1/2" to 3" pipe = 1/2" rod c. 4" to 5" pipe = 5/8" rod d. 6" pipe = 3/4" rod e. 8" through 12" pipe = 7/8" rod f. 14" through 16" = 1" rod E. Pipes shall be rigidly supported to the building structure by adjustable hangers. The use of hooks, chain, wire, or perforated steel straps shall not be permitted. Welding to existing fixtures and structure shall not be permitted. The spacing of hangers shall be as indicated by the pipe manufacturer's published instructions, the CISPI Pipe and Fittings Handbook, and the following: 1. PVC Piping Maximum Spacing a. Spacing as indicated in pipe manufacturer's published literature, no less than two hangers per pipe section. b. Install pipe hangers at each change of direction. F. Hangers shall be installed within 18 inches of hubless couplings. G. Horizontal piping shall be sloped no less than 1/8:12 or noted on drawings. H. Hanger rods shall be galvanized carbon steel per ASTM A301, Grade B, threaded per ANSI B1.1 course thread series, Class 2A fit. Hanger rods shall have minimum 6" threaded ends. Double nut all hangers or use safety tab. I. Hanger rods shall be installed vertically. No offset in hanger rods will be permitted. J. Horizontal drain piping shall be provided with sway bracing in accordance with Building Indian River County North RO Plant Roof Replacement 22 14 00-5 Storm Drainage Code. K. Pipe shall be cut accurately to measurements established at the site and shall be worked into place without springing or forcing, properly clearing all openings and equipment. Cutting or weakening of structural members to install piping is not permitted. L. Vertical pipe shall be supported no greater than 10 ft. apart, and additional vertical supports shall be installed for each piping type and size, and at fittings. M. Horizontal pipe supports consisting of angle or channel shall be rigidly secured to the existing structural steel using bolts and nuts or clamps, not welded. N. Provide pipe insulation and wrap in accordance with manufacturer's installation instructions. 0. The interior piping and underside of drain bowl shall be insulated. P. Where piping must penetrate through fire resistant walls, the penetration shall be protected per the referenced building code, meeting requirements of ASTM E 119 and ASTM E 814. Fire stop materials shall be UL listed and/or FM Approved. Q. Exterior vertical (downspout) piping shall not be PVC. Cast iron piping, schedule 40 galvanized steel pipe, or other approved piping may be used. R. Each day Contractor shall inspect the work. Corrective action shall be taken to repair damage or deficiencies before the end of the work day. 3.05 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. 1. Submit separate reports for each system inspection. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball of cylinder of size not less than 92.5 percent of piping diameter. c. Crushed, broken, cracked or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping on watertight joints. 3. Replace defective piping using new materials and repeat inspections. 4. Reinspect and repeat procedure until results are satisfactory. 3.06 CLEANING A. Clean interior of piping of dirt and superfluous materials. Flush with potable water. END OF SECTION 22 14 00 Indian River County North RO Plant Roof Replacement 22 14 00-6 Storm Drainage ` -- - ---- -----'--toei- --'