Loading...
HomeMy WebLinkAbout2021-082FCONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT BID NO. 2021036 PROJECT NO. IRC -1764 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN PETER D. O'BRYAN, VICE-CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOE EARMAN COMMISSIONER LAURA MOSS JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD, COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR TABLE OF CONTENTS Section No. Title IRC -1 764 DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00456 Qualifications Questionnaire 00458 List of Subcontractors 00460 Certification Regarding Prohibition Against Contracting with Scrutinized Companies CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00948 Work Change Directive Table of Contents - 00010 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS11764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 DIVISION 1 GENERAL REQUIREMENTS DIVISION 2 TECHNICAL SPECIFICATIONS - JAY AMMON ARCHITECT, INC. APPENDIX A PERMITS -00010-2 IV 0_1_Bidding 20210223.docx IRC -1764 SECTION 00100 — Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 2rh Street Vero Beach, Florida 32960 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Thursday, April 29, 2021. Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words " INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT and Bid No. 2021036". Bids should be addressed to Purchasing Division, Room 131-301, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be accepted or considered. INDIAN RIVER COUNTY PROJECT NO. IRC -1764 INDIAN RIVER COUNTY BID NO. 2021036 PROJECT DESCRIPTION. The project involves the replacement of the low slope roofing assemblies of the Indian River County Courthouse, located at 2000 161 Avenue, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 48,750 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Detailed specifications are available at: www.demandstar.com or at www.ircgov.com/departments/budget/purchasing under "Current Solicitations". All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total amount Advertisement for Bids - 00100 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond and certificates of insurance within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre -Bid Conference will be held on Wednesday. April 14, 2021 at 10:00 A.M., in the first -floor conference room of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE IS MANDATORY, BIDDERS WILL HAVE THE OPPORTUNITY TO WALK THROUGH THE PROJECT AREA IMMEDIATELY FOLLOWING THE MEETING. No bidder arriving after the meeting has begun will be allowed to sign in. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: March 28, 2021 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 * * END OF SECTION * * Advertisement for Bids - 00100 - 2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS11764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx SECTION 00200 — Instructions to Bidders TABLE OF CONTENTS Article No. - Title SECTION 00200 — Instructions to Bidders ......................................... IRC -1764 Page .................................. i ARTICLE 1- DEFINED TERMS...................................................................................................1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS.......................................................................1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS..............................................................................1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE.......................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE..........................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS.......................................................................................4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA......................................................................4 ARTICLE 8 - BID SECURITY.......................................................................................................5 ARTICLE 9- CONTRACT TIMES.................................................................................................6 ARTICLE 10 - LIQUIDATED DAMAGES..........................................:...........................................6 ARTICLE 11- SUBSTITUTE AND "OR -EQUAL" ITEMS...............................................................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS..................................................6 ARTICLE 13 - PREPARATION OF BID........................................................................................7 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS.................................................................8 ARTICLE 15 - SUBMITTAL OF BID.............................................................................................8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID......................................................9 ARTICLE 17 - OPENING OF BIDS..............................................................................................9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE.....................................................9 ARTICLE 19 - AWARD OF CONTRACT.......................................................................................9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE.............................................................11 ARTICLE 21- SIGNING OF AGREEMENT..................................................................................11 Instructions to Bidders - 00200 - i F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article AWARD OF CONTRACT..........................................................................................................19 BASIS OF BID; EVALUATION OF BIDS...................................................................................14 BIDSECURITY......................................................................................................................:....8 BIDS TO REMAIN SUBJECT TO ACCEPTANCE....................................................................18 CONTRACT SECURITY AND INSURANCE.............................................................................20 CONTRACTTIMES....................................................................................................................9 COPIES OF BIDDING DOCUMENTS.........................................................................................2 DEFINEDTERMS......................................................................................................................1 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE..................4 INTERPRETATIONS AND ADDENDA........................................................................................7 LIQUIDATEDDAMAGES..........................................................................................................10 MODIFICATION AND WITHDRAWAL OF BID..........................................................................16 OPENINGOF BIDS..................................................................................................................17 PRE-BID CONFERENCE...........................................................................................................5 PREPARATIONOF BID...........................................................................................................13 QUALIFICATIONS OF BIDDERS.......................................................................................:.......3 SIGNINGOF AGREEMENT.....................................................................................................21 SITEAND OTHER AREAS.........................................................................................................6 SUBCONTRACTORS, SUPPLIERS, AND OTHERS................................................................12 SUBMITTALOF BID.................................................................................................................15 SUBSTITUTE AND "OR -EQUAL" ITEMS.................................................................................11 Instructions to Bidders - 00200 - ii F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replaoement\1-Admin\Bids\Bid Documents\blaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.doc. IRC -1764 SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. D. ENGINEER — References County Engineer or their designee. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS' 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. Instructions to Bidders - 00200 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. 3.04 Contractor must be registered with and use, at their sole expense, the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees, as required by Section 448.095, F.S.. Owner, contractor, and subcontractors may not enter into a contract unless each party to the contract registers with and uses the E -Verify system. Contractor is responsible for obtaining proof of E -Verify registration for all subcontractors. This requirement applies to any provider of services or goods. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation Instructions to Bidders - 00200 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWlaster Bid Documents\DIV 0_t_Bidding Documents - 20210223.docx IRC -1764 or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the Purchasing Division (purchasing-ircgov.com or (772) 226-1416), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 "This paragraph has been deleted intentionally" 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING THE PURCHASING DIVISION (purchasing(aiircgov.com or (772) 226-1416) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance Instructions to Bidders - 00200 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT BID NO. 2021036 PROJECT NO. IRC -1764 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN PETER D. O'BRYAN, VICE-CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOE EARMAN COMMISSIONER LAURA MOSS JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD, COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR TABLE OF CONTENTS Section No. Title IRC -1764 DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00456 Qualifications Questionnaire 00458 List of Subcontractors 00460 Certification Regarding Prohibition Against Contracting with Scrutinized Companies CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for, Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00948 Work Change Directive Table of Contents - 00010 - 1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsXMaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 DIVISION 1 GENERAL REQUIREMENTS DIVISION 2 TECHNICAL SPECIFICATIONS - JAY AMMON ARCHITECT, INC. APPENDIX A PERMITS + + END OF TABLE OF CONTENTS + + Table of Contents - 00010 - 2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0 1 Bidding Documents - 20210223.docx IRC -1764 SECTION 00100 — Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 271h Street Vero Beach, Florida 32960 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Thursday, April 29, 2021. Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words " INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT and Bid No. 2021036". Bids should be addressed to Purchasing Division, Room 131-301, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be accepted or considered. INDIAN RIVER COUNTY PROJECT NO. IRC -1764 INDIAN RIVER COUNTY BID NO. 2021036 PROJECT DESCRIPTION: The project involves the replacement of the low slope roofing assemblies of the Indian River County Courthouse, located at 2000 161h Avenue, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 48,750 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Detailed specifications are available at: www.demandstar.com or at www.ircqov.com/departments/budget/purchasinq under "Current Solicitations". All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total amount Advertisement for Bids - 00100 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond and certificates of insurance within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre -Bid Conference will be held on Wednesday, April 14, 2021 at 10:00 A.M., in the first -floor conference room of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE IS MANDATORY, BIDDERS WILL HAVE THE OPPORTUNITY TO WALK THROUGH THE PROJECT AREA IMMEDIATELY FOLLOWING THE MEETING. No bidder arriving after the meeting has begun will be allowed to sign in. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: March 28, 2021 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 * * END OF SECTION * * Advertisement for Bids - 00100 - 2 F1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 SECTION 00200 — Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page SECTION 00200 — Instructions to Bidders.................................................................................i ARTICLE 1- DEFINED TERMS...................................................................................................1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS.......................................................................1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS..............................................................................1 r ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE.......................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE..........................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS.......................................................................................4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA......................................................................4 ARTICLE 8 - BID SECURITY.......................................................................................................5 ARTICLE 9 - CONTRACT TIMES.................................................................................................5 ARTICLE 10 - LIQUIDATED DAMAGES......................................................................................6 ARTICLE 11- SUBSTITUTE AND "OR -EQUAL" ITEMS...............................................................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS..................................................6 ARTICLE 13 - PREPARATION OF BID........................................................................................6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS.................................................................7 ARTICLE 15 - SUBMITTAL OF BID.............................................................................................8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID......................................................8 ARTICLE 17 - OPENING OF BIDS..............................................:...............................................9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE.....................................................9 ARTICLE 19 - AWARD OF CONTRACT.......................................................................................9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE.............................................................10 ARTICLE 21- SIGNING OF AGREEMENT..................................................................................11 Instructions to Bidders - 00200 - i F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-AdmiABids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article AWARDOF CONTRACT..........................................................................................................19 BASIS OF BID; EVALUATION OF BIDS.................................................:.................................14 BIDSECURITY...........................................................................................................................8 BIDS TO REMAIN SUBJECT TO ACCEPTANCE....................................................................18 CONTRACT SECURITY AND INSURANCE.............................................................................20 CONTRACTTIMES....................................................................................................................9 COPIES OF BIDDING DOCUMENTS.........................................................................................2 DEFINEDTERMS......................................................................................................................1 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE..................4 INTERPRETATIONS AND ADDENDA........................................................................................7 LIQUIDATEDDAMAGES..........................................................................................................10 MODIFICATION AND WITHDRAWAL OF BID.........................................................................16 OPENINGOF BIDS..................................................................................................................17 PRE-BID CONFERENCE...........................................................................................................5 PREPARATION OF BID...........................................................................................................13 QUALIFICATIONS OF BIDDERS...............................................................................................3 SIGNING OF AGREEMENT.....................................................................................................21 SITEAND OTHER AREAS.........................................................................................................6 SUBCONTRACTORS, SUPPLIERS, AND OTHERS................................................................12 SUBMITTALOF BID.................................................................................................................15 SUBSTITUTE AND "OR -EQUAL" ITEMS.................................................................................11 Instructions to Bidders - 00200 - ii FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. D. ENGINEER — References County Engineer or their designee. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. Instructions to Bidders - 00200 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\INaster Bid Documents\DIV 0 1_13idding Documents - 20210223.docx IRC -1764 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. 3.04 Contractor must be registered with and use, at their sole expense, the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees, as required by Section 448.095, F.S.. Owner, contractor, and subcontractors may not enter into a contract unless each party to the contract registers with and uses the E -Verify system. Contractor is responsible for obtaining proof of E -Verify registration for all subcontractors. This requirement applies to any provider of services or goods. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation Instructions to Bidders - 00200 - 2 F:\PublicWorksXENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DN 0_1_Bidding Documents - 20210223.docx IRC -1764 or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the Purchasing Division (purchasinq(aiircgov.com or (772) 226-1416), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 "This paragraph has been deleted intentionally" 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING THE PURCHASING DIVISION (purchasing(&ircgov.com or (772) 226-1416) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance Instructions to Bidders - 00200 - 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 1 Bidding Documents - 20210223.docx IRC -1764 of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 The date, time, and location for the MANDATORY Pre -Bid conference, is specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 CONE OF SILENCE. Potential bidders and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other Instructions to Bidders - 00200 - 4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasing(@ ircgov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.03 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304-9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of calendar days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. Instructions to Bidders - 00200 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal' items. Whenever it is specified or described in the Bidding Documents that a substitute or "or -equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. Only the bid form provided by OWNER is acceptable (Bidders are not to recreate the bid form). 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Instructions to Bidders - 00200 - 6 F:\Public Works\ENGINEERING DIVISION PROJECM1764 IRC Courthouse Roof ReplacemenRl-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid _shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown 13..11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 13.13 In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted bidder. The Permit fee schedule is included in Appendix "A" ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. Instructions to Bidders - 00200 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The Bid form is to be completed and submitted with the Bid security and the following data: A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. C. Qualifications Questionnaire. D. List of Subcontractors. E. Certification Regarding Prohibition Against Contracting with Scrutinized Companies 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27"' Street, Vero Beach, Florida, 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Instructions to Bidders - 00200 - 8 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids1Bid DocumentsWlaster Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 -AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non - responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all technicalities and informalities not involving price, time, or changes in the ork and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. Instructions to Bidders - 00200 - 9 F:\PublicWorkslENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as set forth in FS 255.0991 (2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. 19.08 Any actual or prospective bidder or proposer who is aggrieved in connection with the bidding and/or selection process may protest to the OWNER's Purchasing Manager. The protest shall be submitted in writing to the Purchasing Manager within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. 19.09 CONTRACTOR certifies that it and its related entities 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 its related entities as defined above 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. OWNER may terminate this Contract if CONTRACTOR 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. OWNER may terminate this Contract if CONTRACTOR, 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. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Public Construction Bond and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by the required insurance certificate(s) and Bond, unless the Bond has been waived due to the total contract being less than $100,000. Instructions to Bidders - 00200 - 10 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replaoement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_1_Bidding Documents - 20210223.docx IRC -1764 ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * Instructions to Bidders - 00200 - 11 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replaoement\1-Admin\Bids0d DocumentsWaster Bid Documents\DIV 0 1_Bidding Documents - 20210223.docx SECTION 00300 — Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Sworn Statement on Disclosure of Relationships Qualifications Questionnaire List of Subcontractors Certification Regarding Prohibition Against Contracting with Scrutinized Companies SECTION NUMBER 00310 00430 00452 00456 00458 00460 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * Bid Package Contents - REV 04-07 — 00300 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\8id DocumentsWaster Bid Documents\DIV 0 2 Bidding Documents - 20201002.docx SECTION 00310 — Bid FormC(a (a "Y PROJECT IDENTIFICATION: Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT County Project Number: IRC -1764 Bid Number: 2021036 Project Address: 200016 TH AVENUE VERO BEACH, FL. 32960 Project Description: The project involves the replacement of the low slope roofing assemblies of the Indian River County Courthouse, located at 2000 16th Avenue, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 48,750 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 180027 th Street VERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum Date 4/6/21 4/16/21 4/23/21 Addendum Number 1 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. Bid Form REV 04-07 - 00310 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_2—Bidding Documents - 20201002.docx C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully, studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work .at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] Bid Form REV 04-07 - 00310 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_2_Bidding Documents - 20201002.docx * Addendum #1 *ie Addendum #2 ITEMIZED BID SCHEDULE PROJECT NAME: IRC COURTHOUSE ROOF REPLACEMENT IRC PROJECT NO. 1764 BID NO. 2021036 BIDDER'S NAME: Atlantic Roofing II of Vero Beach Inc Item No.... Description Quantity Unit' ° ` Unit Price, = Amounf MOBILIZATION - FOR CONTRACTS OF 120 CONTRACT DAYS DURATION OR LESS, PARTIAL PAYMENT WILL BE MADE AT 50% OF THE BID PRICE PER MONTH FOR THE FIRST TWO MONTHS. FOR CONTRACTS IN EXCESS OF 120 CONTRACT DAYS DURATION, PARTIAL PAYMENT WILL BE MADE AT 25% OF THE BID PRICE PER MONTH FOR THE FIRST FOUR MONTHS. IN NO EVENT SHALL MORE THAN 50% OF THE BID PRICE BE PAID PRIOR TO COMMENCING CONSTRUCTION ON THE 1.1 PROJECT SITE 1 LS $29,855.00 $29,855.00 2.1 PERMITTING (SEE APPENDIX "A") 1 LS $5,215.00 $5,215.00 ROOF ASSEMBLY TYPE "A" LOW SLOPE ROOF AREAS: REPLACEMENT - RENIOVE EXISTING ROOF SYSTEM AND INSTALL PRELIMINARY MEMBRANE, RIGID INSULATION, COVER BOARKO AND 2 -PLY MODIFIED BITUMEN MEMBRANE ROOFING ASSEMBLY. SEE ROOF AREA "A" PER 001 PLANS SE 46,491 SF $18.95 $910,054.00 ROOF ASSEMBLY TYPE "B" RADIUS ROOFS WITH PLYWOOD DECKS: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL NEW COVER BOARD, 2 -PLY MODIFIED BITUMEN ROOFING ASSEMBLY WITH REINFORACED PMMA REINFORCED LIQUID MEMBRANE COATING. SEE 002 ROOF AREA "B" PER PLANS SET 1,979 SF $18.95 $37,503.00 ROOF ASSEMBLY TYPE "C" ELEVATOR PENTHOUSE WITH CONCRETE DECK: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL PRELIMINARY MEMBRANE, RIGID INSULATION, COVER BOARKD AND 2. PLY MODIFIED BITUMEN MEMBRANE ROOFING ASSEMBLY. SEE ROOF AREA "C" PER PLANS SET $29.85 $44,492.00 003 385 SF ROOF HATCH - REMOVE AND REPLACE - PER PLAN SET ooa 1 EA $4,815.00 $4,815.00 ACCESS DOORS RESTORE - PER PLAN SET 005 3 EA $1,064.00 $3,192.00 COUNTERFLASHING STAINLESS STEEL - REPLACE - PER PLAN SET oos 1 LS $30,967.00 $30,967.00 EXPANSION JOINT COVER - INSTALL - PER PLAN SET 007 132 LF $147.40 $19,458.00 PRECAST CONCRETE PARAPET CAPS - RESTORE - PER PLAN SET Dos 1 LS $15,480.00 $15,480.00 SKYLIGHTS -RESEAL -PER PLAN SET 009 1 LS $4,150.00 $4,150.00 GUARD RAIL FLASHINGS - REMOVE AND REPLACE - PER PLAN SET 010 1 Ls $3,080.00 $3,080.00 011 CONCRETE CHILLER PAD MOTORS -TEMPORARILY DISCONNECT AND REMOVE PER PLAN $83'O5O'OO $83,050.00 - SET 1 LS WALKWAY METAL ROOFS STANDING SEAM ROOF (REMOVE AND REPLACE) $94,980.00 o1z 1 Ls $94,980.00 PLASTER CEILINGS (REMOVE AND REPLACE) $8,640.00 013 736 SF $11.74 CAN LIGHTS (REMOVE AND RESET) $6,850.00 o1a 15 EA $6,850.00 T- 190,000.00 015 FORCE ACCOUNT r$1491,781.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL TOTAL PROJECT BID AMOUNT IN WORDS One Million Four Hundred Ninety One Thousand Seven Hundred Eighty One Dollars Unit Prices per Metal Roof Drawings 5/8" Plywood $4.50 per SF 2X8 Pressure Treated $6.50 per LF 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 SF = SQUARE FEET EA = EACH LF = LINEAR FOOT F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Re00310-3 placem nt\1-Admin\Bids\Bid DOcumentsVAddendLIms\Add-2\IRC-1764 IBS ADD 2 20210405 - Updated JAAI.xls — — — — 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.6 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.6 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule; B. Required Bid security in the form of AIA Document A310 Bid Bond ; C. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships; D. Qualifications Questionnaire; E. List of Subcontractors; F. Certification Regarding Prohibition Against Contracting with Scrutinized Companies DIV 0_2_Bidding Documents - 20201002.docxBid Form - 00310 - 4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Mester Bid Documents\DIV 0 2 Bidding Documents - 20201002.docx 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on 29TH April _,2021 . State Contractor License No. CCC1326188 If Bidder is: An Individual Name (typed or printed). N/A By: (SEAL) (Individual's signature) Doing business as: Business address: Phone No.: Email: A Partnership Partnership Name: N/A By: FAX No.: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No.: Email: A Corporation (SEAL) Corporation Name: Atlantic Roofing II of Vero Beach Inc "`-�--. (SEAL) - State of Incorporation: The Boar ounty C fnmisioners Indian River County Florida Type (Ge r i�iess, Pr ess' ervice, Limited Liability): By: (Signature -- attach evidence of rity to sign) Name (typed or printed): William Lasky Jr Title: Vice President Attest of Business address: 4310 45th Street Vero Beach, FY. 32967 Phone No.: 772 492 8493 Email: Wjatr@aol.com FAX No.: 772 257 5740 Date of Qualification to do business is 5/2/2011 (CORPORATi�:SEAQ DIV 0_2_13idding Documents - 20201002.docxBid Form - 00310 - 5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Ad min\Bids\Bid Documents\Master Bid Documents\DIV 0 2 Bidding Documents - 20201002.docx A Joint Venture Joint Venture Name: N/A By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Email: Joint Venture Name: By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Email: FAX No.: Phone and FAX Number, and Address for receipt of official communications: (SEAL) (SEAL) (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * DIV 0-2—Bidding Documents - 20201002.docxBid Forth - 00310 - 6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_2—Bidding Documents - 20201002.docx Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 1 Date: April 6, 2021 Project Number: IRC -1764 Page 1 of 1 Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Bid Number: 2021036 Bid Opening Date: Thursday, APRIL 29, 2021 at 2:00 p.m. This addendum is being released to modify the bidding documents to add to the project, the following: Plans and specifications for the replacement of the three (3) standing seam metal roofing assemblies located at three corners of the walkway entrances to the Indian River County Courthouse. This includes the removal and disposal of the existing roof system (approximately 1,166 square feet) including flashings, gutters and downspouts, and new plaster ceilings (approximately 972 square feet). The new roofing assembly shall provide a complete, watertight, 20 -year warrantable roof system. All work must be competed as specified in the technical specification prepared by Jay Ammon Architect, Inc. dated 2/2/21 attached and incorporated by reference. The information and documents contained in this addendum are hereby incorporated in the bidding documents. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Additions to Bid Documents: Specifications and Plan Set have been added, Itemized Bid Schedule has been modified to reflect the addition of the standing seam roof section. Replace the previously provided Itemized Bid Schedule with the one listed in the attachments at the end of this addendum. Attachments: 1. Indian River County Courthouse Metal Roof Replacement Specifications, Jay Ammon, Architect, Inc. 2. Indian River County Courthouse Metal Roof Replacement Drawing Plan Set, Jay Ammon, Architect, Inc. 3. Itemized Bid Schedule 4. IRC Building Department Permit Application #2021020748 The MANDATORY Pre -Bid Conference is still scheduled for Wednesday. April 14, 2021 at 10:00 A.M. f:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\3-Admin\Bids\Bid Documents\Addendums\Add- 1\Bid20210036 IRC -1764 ADD -1 20210406.docx 100% REVIEW DOCUMENTS TECHNICAL SPECIFICATIONS FOR THE INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT IRC - 1764 JANUARY 15, 2021 PREPARED FOR: INDIAN RIVER COUNTY, FLORIDA PREPARED BY: A& 'Amok NONE JAY AMMON ARCHITECT, INC. 3246 LAKEVIEW OAKS DRIVE • LONGWOOD, FLORIDA 32779 • FAX (407) 333-4686 -OFFICE (407) 333-1977 INDIAN RIVER COUNTY COURTHOUSE PAGE 1 METAL ROOFING REPLACEMENT PROJECT SECTION 000001 JANUARY 15, 2021 TABLE OF CONTENTS INDEX TO PROJECT MANUAL THE CONTRACTOR IS REQUIRED TO COMPARE THIS PROJECT MANUAL WITH THE INDEX BELOW FOR COMPLETENESS. IF ANY PAGES ARE MISSING OR ILLEGIBLE IT IS THEIR RESPONSIBILITY TO REQUEST REPLACEMENTS FROM THE ARCHITECT. DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS SECTION 00001 TABLE OF CONTENTS SECTION 00002 DRAWING LIST SECTION 00005 A/E'S OF RESPONSIBILITY DIVISION 1 - GENERAL REQUIREMENTS (See Volume 1 Project Manual for Owner Provided Division 1 Requirements) DIVISION 2 - SITE WORK SECTION 024119 SELECTIVE DEMOLITION DIVISION 3 - NOT USED DIVISION 4 - NOT USED DIVISION 5 - NOT USED DIVISION 6 - WOOD AND PLASTICS SECTION 061000 ROUGH CARPENTRY DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 074110 STANDING -SEAM METAL ROOF PANELS SECTION 076200 SHEET METAL FLASHING AND TRIM SECTION 079200 JOINT SEALANTS DIVISION 8 - NOT USED DIVISION 9 - FINISHES SECTION 092513 ACRYLIC PLASTER FINISH DIVISION 10 - 32 - NOT USED INDIAN RIVER COUNTY COURTHOUSE PAGE 1 METAL ROOFING REPLACEMENT PROJECT SECTION 000002 JANUARY 15, 2021 DRAWING INDEX DRAWING INDEX SHEET NUMBER: SHEET TITLE: REVISION: ISSUE DATE: A0.1 COVER SHEET 0 15 JAN 2021 A1.1 SYMBOLS, ABBREVIATIONS 0 15 JAN 2021 AND CODE INFORMATION 0 15 JAN 2021 A1.2 GENERAL NOTES 0 15 JAN 2021 A1.3 SCOPE OF WORK 0 15 JAN 2021 A1.4 LOCATION AND SITE PLAN 0 15 JAN 2021 A2.1 DEMOLITION ROOF PLAN 0 15 JAN 2021 A2.2 ENLARGED PROPOSED ROOF PLANS 0 15 JAN 2021 A2.3 ENLARGED REFLECTED CEILING PLANS 0 15 JAN 2021 A2.4 WIND UPLIFT PRESSURE ROOF PLANS 0 15 JAN 2021 A2.5 DRAINAGE PLANS 0 15 JAN 2021 A3.1 ROOF DETAILS 0 15 JAN 2021 A3.2 ROOF DETAILS 0 15 JAN 2021 A3.3 EXTERIOR CEILING DETAILS 0 15 JAN 2021 A3.4 GUTTER AND DOWNSPOUT DETAILS 0 15 JAN 2021 A4.1 PHOTOGRAPHS 0 15 JAN 2021 A4.2 PHOTOGRAPHS 0 15 JAN 2021 Contract drawings will be attached at the end of the project manual. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 ARCHITECT OF RECORD: Company: Telephone No: LANDSCAPE ARCHITECT OF RECORD: Company: Telephone No: STRUCTURAL ENGINEER OF RECORD Company: Telephone No: CIVIL ENGINEER OF RECORD: Company: Telephone No: MECHANICAL ENGINEER OF RECORD Company: Telephone No: ELECTRICAL ENGINEER OF RECORD: Company: Telephone No: PAGE 1 SECTION 000005 A/E'S OF RESPONSIBILITY JAY AMMON AIA Jay Ammon Architect, Inc. 407-333-1977 N/A N/A N/A N/A AM&CS ENGINEER OF RECORD: N/A Company: Telephone No: PROJECT MANAGER: Michael Heller Owner: INDIAN RIVER COUNTY — ENGINEERING DIVISION Telephone No: 772-226-1585 END OF SECTION INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 2 — SITE WORK SECTION 024119 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: PAGE 1 SECTION 024119 SELECTIVE DEMOLITION 1. Demolition and removal of selected portions of building or structure. 2. Salvage of existing items to be reused or recycled. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 INFORMATIONAL SUBMITTALS A. A pre -construction video and photos shall be submitted prior to mobilization or work commencing on the jobsite. 1.4 CLOSEOUT SUBMITTALS A. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.5 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 15, 2021 SELECTIVE DEMOLITION B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. D. Engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs or preconstruction videotapes. INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 15, 2021 SELECTIVE DEMOLITION 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. Comply with requirements for existing services/systems interruptions specified in the Division 1 Documents. B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Disconnect, demolish, and remove fire -suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. C. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible'ductwork material. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris - removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Comply with requirements for access and protection specified in Owner provided Division 1 documents. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 4 SECTION 024119 SELECTIVE DEMOLITION construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame -cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 5. Dispose of demolished items and materials promptly. B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Protect items from damage during transport and storage. 3. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 15, 2021 SELECTIVE DEMOLITION 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 6 — WOOD AND PLASTICS SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wood blocking and nailers. 2. Plywood 1.2 ACTION SUBMITTALS PAGE 1 SECTION 061000 ROUGH CARPENTRY A. Product Data: For each type of process and factory -fabricated product. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements 1.3 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. B. Evaluation Reports: For the following, from ICC -ES: 1. Wood -preservative -treated wood. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules - writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 2 SECTION 061000 ROUGH CARPENTRY B. Maximum Moisture Content of Lumber: 15 percent for 2 -inch nominal (38 -mm actual) thickness or less, 19 percent for more than 2 -inch nominal (38 -mm actual) thickness unless otherwise indicated. 2.2 WOOD -PRESERVATIVE -TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. _ D. Application: Treat all rough carpentry unless otherwise indicated. E. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. F. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species. G. For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine; No. 2 grade; SPIB. 2. Eastern softwoods; No. 2 Common grade; NeLMA. 3. Northern species; No. 2 Common grade; NLGA. 4. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. 2.3 PLYWOOD A. Equipment Backing Panels: Plywood, DOC PS 1, Exterior, A -C in thickness indicated or, if not indicated. Match existing thickness. 2.4 FASTENERS A. General: Provide fasteners of size and type indicated. INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 061000 JANUARY 15, 2021 ROUGH CARPENTRY 1. Where rough carpentry is exposed to weather, in ground contact, pressure - preservative treated, or in area of high relative humidity, provide fasteners of Type 304 stainless steel. B. Power -Driven Fasteners: NES NER-272. C. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not splice structural members between supports unless otherwise indicated. C. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative - treated lumber. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION INDIAN RIVER COUNTY COURTHOUSE PAGE 1 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 074110 - STANDING -SEAM METAL ROOF PANELS PART 1 - GENERAL A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes standing -seam metal roof panels. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at project site. 1. Meet with Owner, Architect, Owner's insurer if applicable, metal panel Installer, metal panel manufacturer's representative, structural -support Installer, and installers whose work interfaces with or affects metal panels, including installers of roof accessories and roof -mounted equipment. 2. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 3. Review methods and procedures related to metal panel installation, including manufacturer's written instructions. 4. Examine support conditions for compliance with requirements, including alignment between and attachment to structural members. 5. Review structural loading limitations of deck, purlins, and rafters during and after roofing. 6. Review flashings, special details, drainage, penetrations, equipment curbs, and condition of other construction that affect metal panels. 7. Review governing regulations and requirements for insurance, certificates, and tests and inspections if applicable. 8. Review temporary protection requirements for metal panel systems during and after installation. 9. Review procedures for repair of metal panels damaged after installation. 10. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of panel and accessory. B. Shop Drawings: 1. Include fabrication and installation layouts of metal panels; details of edge conditions, joints, panel profiles, corners, anchorages, attachment system, trim, flashings, closures, and accessories; and special details. 2. Accessories: Include details of the flashing, trim, and anchorage systems, at a scale of not less than 1-1/2 inches per 12 inches (1:10). C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below. 1. Metal Panels: 12 inches (305 mm) long by actual panel width. Include clips, fasteners, closures, and other metal panel accessories. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C. Field quality -control reports. D. Sample Warranties: For special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For metal panels to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. UL -Certified, Portable Roll -Forming Equipment: UL -certified, portable roll -forming equipment capable of producing metal panels warranted by manufacturer to be the same as factory -formed products. Maintain UL certification of portable roll -forming equipment for duration of work. C. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of typical roof area and eave, including fascia, and soffit as shown on Drawings; approximately 48 inches (1200 mm) square by full thickness, including attachments, underlayment, and accessories. INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver components, metal panels, and other manufactured items so as not to be damaged or deformed. Package metal panels for protection during transportation and handling. B. Unload, store, and erect metal panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal panels horizontally on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal panels to ensure dryness, with positive slope for drainage of water. Do not store metal panels in contact with other materials that might cause staining, denting, or other surface damage. D. Retain strippable protective covering on metal panels during installation. 1.9 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal panels to be performed according to manufacturers' written instructions and warranty requirements. 1.10 COORDINATION A. Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations with actual equipment provided. B. Coordinate metal panel installation with rain drainage work, flashing, trim, construction of soffits, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. 1.11 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal panel systems that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including rupturing, cracking, or puncturing. b. Deterioration of metals and other materials beyond normal weathering. INDIAN RIVER COUNTY COURTHOUSE PAGE 4 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 2. Warranty Period: 20 years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory -applied finishes within specified warranty period. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No.8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. C. Special Weathertightness Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace standing -seam metal roof panel assemblies that fail to remain weathertight, including leaks, within specified warranty period. 1. Warranty Period: 20 years from date of Substantial Completion. D. Wind -Speed Warranty: Metal roof panels will resist blow -off or damage caused by wind speeds of up to 120 mph for 20 years from date of Substantial Completion. E. Installers Warranty: Contractor's form in which Contractor agrees to repair or replace standing -seam metal roof panel assemblies that fail to remain weathertight, including leaks, for 5 years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Energy Performance: Provide roof panels that are listed on the EPA/DOE's ENERGY STAR "Roof Product List" for steep -slope roof products. B. Structural Performance: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E 1592: 1. Wind Loads: As indicated on Drawings. 2. Deflection Limits: For wind loads, no greater than 1/180 of the span. C. Water Penetration under Static Pressure: No water penetration when tested according to ASTM E 1646 at the following test -pressure difference: Test -Pressure Difference: 6.24 Ibf/sq. ft. (300 Pa). D. Hydrostatic -Head Resistance: No water penetration when tested according to ASTM E 2140. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 5 SECTION 074110 STANDING SEAM METAL ROOF PANELS E. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change.(Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 STANDING -SEAM METAL ROOF PANELS A. General: Provide factory -formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weathertight installation. 1. Aluminum Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1637. B. Vertical -Rib, Double Locked, Standing -Seam Metal Roof Panels: Formed with vertical ribs at panel edges and intermediate stiffening ribs symmetrically spaced] between ribs; designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels, engaging opposite edge of adjacent panels, and mechanically seaming panels together. Panels are to be formed to comply with existing building radius configurations. Subject to compliance with the construction documents, the following manufacturers are approved: a. Peterson Aluminum b. Merchant and Evans C. I M ETCO 2. Aluminum Sheet: Coil -coated sheet, ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer, with temper as required to suit forming operations and structural performance required. a. Thickness: 0.040 inch (1.02 mm). b. Surface: Two equally spaced ribs. C. Exterior Finish: Two -coat fluoropolymer. d. Color: Match adjacent panels from manufacturer's standard colors. 3. Clips: Two-piece floating to accommodate thermal movement. a. Material: 0.062 -inch- (1.59 -mm-) thick, stainless-steel sheet. 4. Joint Type: Double Lock. 5. Panel Width: 16 inches (305 mm). 6. Panel Height: 2 inches (38 mm). INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 2.3 UNDERLAYMENT MATERIALS PAGE 6 SECTION 074110 STANDING SEAM METAL ROOF PANELS A. Self -Adhering, High -Temperature Underlayment: Provide self -adhering, cold -applied, sheet underlayment, a minimum of 40 mils thick, consisting of slip -resistant, polyethylene -film top surface laminated to a layer of butyl or SBS -modified asphalt adhesive, with release -paper backing. Provide primer over the cover board prior to installation of the underlayment. 1. Thermal Stability: Stable after testing at 250 deg F (116 deg C); ASTM D 1970. 2. Low -Temperature Flexibility: Passes after testing at minus 20 deg F (29 deg C); ASTM D 1970. 3. Subject to compliance with the construction documents, the following manufacturers are approved: a. Carlisle WIP 300HT b. Grace Ice & Water Shield HT 2.4 MISCELLANEOUS MATERIALS A. Miscellaneous Metal Sub -framing and Furring: ASTM C 645; cold -formed, metallic - coated steel sheet, ASTM A 653/A 653M, G90 (Z275 hot -dip galvanized) coating designation or ASTM A 792/A 792M, Class AZ50 (Class AZM150) coating designation unless otherwise indicated. Provide manufacturer's standard sections as required for support and alignment of metal panel system. B. Panel Accessories: Provide components required for a complete, weathertight panel system including trim, copings, fasciae, mullions, sills, corner units, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal panels unless otherwise indicated. Closures: Provide closures at eaves and ridges, fabricated of same metal as metal panels. C. Flashing and Trim: Provide flashing and trim formed from same material as metal panels as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal panels. The drawings indicate the thickness of the metal. D. Gutters: Formed from material as designated within specification section 076200, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96 -inch- (2400 -mm-) long sections, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports spaced a maximum of 30 inches (914 mm) o.c., fabricated from same metal as gutters. The drawings indicate the thickness of the metal. E. Downspouts: Formed from material as designated within specification section 076200. Fabricate in 10 -foot- (3-m-) long sections, complete with formed elbows and offsets, of INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 7 SECTION 074110 STANDING SEAM METAL ROOF PANELS size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Finish downspouts to match gutters. F. Panel Fasteners: Self -tapping screws designed to withstand design loads. G. Panel Sealants: Provide sealant type recommended by manufacturer that are compatible with panel materials, are non -staining, and do not damage panel finish. 1. Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, non -staining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. 2. Joint Sealant: ASTM C 920; elastomeric polyurethane or silicone sealant; of type, grade, class, and use classifications required to seal joints in metal panels and remain weathertight; and as recommended in writing by metal panel manufacturer. 3. Butyl -Rubber -Based, Solvent -Release Sealant: ASTM C 1311. 2.5 FABRICATION A. General: Fabricate and finish metal panels and accessories at the factory, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. On -Site Fabrication: Subject to compliance with requirements of this Section, metal panels may be fabricated on-site using UL -certified, portable roll -forming equipment if panels are of same profile and warranted by manufacturer to be equal to factory - formed panels. Fabricate according to equipment manufacturer's written instructions and to comply with details shown. All panels must be continuous. No end joints are permitted. C. Provide panel profile, including major ribs and intermediate stiffening ribs for full length of panel. D. Fabricate metal panel joints with factory -installed captive gaskets or separator strips that provide a weathertight seal and prevent metal -to -metal contact, and that minimize noise from movements. E. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with manufacturer's recommendations and recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Form exposed sheet metal accessories that are without excessive oil canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 8 SECTION 074110 STANDING SEAM METAL ROOF PANELS 2. Seams for Aluminum: Adhere with Methacrylate Adhesive for all non-moving joints and seams. Basis of Design: "SG300" manufactured by SCIGRIP Adhesives. Provide mock-up for Owner / Architect approval. 3. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate sealant and to comply with SMACNA standards. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 5. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal recommended in writing by metal panel manufacturer. a. Size: As indicated, as recommended by SMACNA's "Architectural Sheet Metal Manual" or metal panel manufacturer for application, but not less than thickness of metal being secured. 2.6 FINISHES A. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in same piece are unacceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Aluminum Panels and Accessories: Two -coat fluoropolymer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal panel supports, and other conditions affecting performance of the Work. 1. Examine primary and secondary roof framing to verify that rafters, purlins, angles, channels, and other structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. 2. Examine solid roof sheathing to verify that sheathing joints are supported by framing or blocking, and that installation is within flatness tolerances required by metal roof panel manufacturer. INDIAN RIVER COUNTY COURTHOUSE PAGE 9 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS a. Verify that air- or water -resistive barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Examine roughing -in for components and systems penetrating metal panels to verify actual locations of penetrations relative to seam locations of metal panels before installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Miscellaneous Supports: If required, install sub -framing, furring, and other miscellaneous panel support members and anchorages according to ASTM C 754 and metal panel manufacturer's written recommendations. 3.3 UNDERLAYMENT INSTALLATION A. Self -Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply at locations indicated on Drawings, wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 inches (152 mm) staggered 24 inches (610 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Extend underlayment into gutter trough. Roll laps with roller. Cover underlayment within 14 days. Apply over the entire roof surface. B. Flashings: Install flashings to cover underlayment to comply with requirements specified in Section 076200 "Sheet Metal Flashing and Trim." 3.4 METAL PANEL INSTALLATION A. General: Install metal panels according to manufacturer's written instructions in orientation, sizes, and locations indicated. Install panels perpendicular to supports unless otherwise indicated. Anchor metal panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Shim or otherwise plumb substrates receiving metal panels. 2. Flash and seal metal panels at perimeter of all openings. Fasten with self -tapping screws. Do not begin installation until air- or water -resistive barriers and flashings that will be concealed by metal panels are installed. 3. Install screw fasteners in predrilled holes. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Install flashing and trim as metal panel work proceeds. 6. No panel splices are permitted. INDIAN RIVER COUNTY COURTHOUSE PAGE 10 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 7. Align bottoms of metal panels and fasten with blind rivets, bolts, or self -tapping screws. Fasten flashings and trim around openings and similar elements with self -tapping screws. 8. Provide weathertight escutcheons for pipe- and conduit -penetrating panels. B. Fasteners: 1. Aluminum Panels: Use stainless-steel fasteners. C. Anchor Clips: Anchor metal roof panels and other components of the Work securely in place, using manufacturer's approved fasteners according to manufacturers' written instructions. D. Metal Protection: Where dissimilar metals contact each other or corrosive substrates, protect against galvanic action as recommended in writing by metal panel manufacturer. E. Standing -Seam Metal Roof Panel Installation: Fasten metal roof panels to supports with concealed clips at each standing -seam joint at location, spacing, and with fasteners recommended in writing by manufacturer. 1. Install clips to supports with self -tapping fasteners. 2. Install pressure plates at locations indicated in manufacturer's written installation instructions. 3. Joint: Double lock joints with factory -applied butyl sealant. Completely engage all joints. 4. Watertight Installation: a. Apply a continuous ribbon of sealant or tape to seal joints of metal panels, using sealant or tape as recommend in writing by manufacturer as needed to make panels watertight. b. Provide sealant or tape between panels and protruding equipment, vents, and accessories. F. Accessory Installation: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. Install components required for a complete metal panel system including trim, copings, corners, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. Provide types indicated by metal roof panel manufacturers; or, if not indicated, types recommended by metal roof panel manufacturer. G. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. Install exposed flashing and trim that is without buckling and tool marks, and that is true to line and levels indicated, with exposed edges folded back to form hems. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 11 SECTION 074110 STANDING SEAM METAL ROOF PANELS Install sheet metal flashing and trim to fit substrates and achieve waterproof and weather -resistant performance. 2. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (610 mm) of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with mastic sealant (concealed within joints). H. Gutters: Join sections with riveted and welded sealed joints. Attach gutters to eave with gutter hangers and gutter straps, each spaced not more than 30 o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expansion. Downspouts: Join sections with telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch (25 mm) away from walls; locate fasteners at top and bottom and at approximately 60 inches (1524 mm) o.c. in between. 1. Provide elbows at base of downspouts to direct water away from building. 2. Connect downspouts to existing PVC downspouts. J. Roof Curbs: Install flashing around bases where they meet metal roof panels. K. Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten and seal to metal roof panels as recommended by manufacturer. 3.5 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal panel units within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines as indicated and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 3.6 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect metal roof panel installation, including accessories. Report results in writing. B. Remove and replace applications of metal roof panels where tests and inspections indicate that they do not comply with specified requirements. C. Additional tests and inspections, at Contractor's expense, are performed to determine compliance of replaced or additional work with specified requirements. D. Prepare test and inspection reports. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 3.7 CLEANING AND PROTECTION PAGE 12 SECTION 074110 STANDING SEAM METAL ROOF PANELS A. Remove temporary protective coverings and strippable films, if any, as metal panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. B. Replace metal panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 074110 INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Carlisle WIP 300HT 2. Grace Ice & Water Shield HT 1.2 PREINSTALLATION MEETINGS PAGE 1 SECTION 076200 SHEET METAL AND FLASHINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each of the following 1. Underlayment materials. 2. Elastomeric sealant. 3. Butyl sealant. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop- and field -assembled Work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion -joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration flashing. 9. Include details of edge conditions. 10. Include details of special conditions. 11. Include details of connections to adjoining work. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of coping and roof edge flashing that is ANSI/SPRI/FM 4435/ES-1 tested. B. Sample warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance data. B. Special warranty. 1.6 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1.7 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. a. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies, including cleats, anchors, and fasteners, shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual: Architectural Metal Flashing, Condensation and Air Leakage Control, and Reroofing" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. SPRI Wind Design Standard: Manufacture and install copings and roof edge flashings tested in accordance with ANSI/SPRI/FM 4435/ES-1 and capable of resisting the following design pressure: INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 1. Design Pressure: As indicated on Drawings. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Stainless Steel Sheet: ASTM A240/A240M, Type 304, dead soft, fully annealed; with smooth, flat surface. 1. Finish: ASTM A480/A480M, No. 2D (dull, cold rolled) or shop pre -coated with PVDF coating; color to match roof and wall panels. C. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth surface. 1. Finish: Shop pre -coated with PVDF coating; custom color to match roof and wall panels. D. Sheet metal fastenings: 1. Rivets, ' nails, sheet metal screws, machine screws, self -tapping screws, and stove bolts, of the types and size best adapted to conditions of use. a. Stainless steel: Use Type 302 stainless steel or other type to match stainless steel being fastened. 2. Pop rivets, by United Shoe Machinery Corp., may be used for metal -to -metal connections when future disassembly is not required. Open-end type may be used for all applications except where watertight connections are required, in which case use closed-end type. Use pop rivets made from same type material as metals to be fastened. 2.3 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Sheet Underlayment: Minimum 30 mils (0.76 mm) thick, consisting of a slip -resistant. polyethylene- or polypropylene -film top surface laminated to a layer of butyl- adhesive, with release -paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer in accordance with underlayment manufacturer's written instructions. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 4 SECTION 076200 SHEET METAL AND FLASHINGS Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. GCP Applied Technologies Inc. b. Henry Company. 2. Low -Temperature Flexibility: ASTM D197001970M; passes after testing at minus 20 deg F (29 deg C) or lower. 3. . Standard Testing method for linear dimensional changes of nonrigid thermoplastic sheeting or film at elevated temperature: ASTM D1204 — above 280 degrees F service temp. 2.4 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. 2. Fasteners for Stainless Steel Sheet: Series 300 stainless steel. 3. Fasteners for Steel Sheet: Series 300 stainless steel C. Solder: 1. For Stainless Steel: ASTM B32, Grade Sn60, with acid flux of type recommended by stainless steel sheet manufacturer. 2. For Zinc -Coated (Galvanized) Steel: ASTM B32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. D. Sealant Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. E. Elastomeric Sealant: ASTM C920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 2.5 FABRICATION, GENERAL A. Custom fabricate sheet metal flashing and trim to comply with details indicated and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. 1. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 2. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 3. Verify shapes and dimensions of surfaces to be covered and obtain field measurements for accurate fit before shop fabrication. 4. Form sheet metal flashing and trim to fit substrates without excessive oil -canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 5. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: 1. Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 2. Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal in accordance with cited sheet metal standard to provide for proper installation of elastomeric sealant. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. G. Seams: Tin edges to be seamed, form seams, and solder. 2.6 ROOF -DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section required, complete with end pieces, outlet tubes, and other accessories as required. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 6 SECTION 076200 SHEET METAL AND FLASHINGS 2. Fabricate in minimum 96 -inch- (2400 -mm-) long sections. 3. Fabricate expansion joints, expansion -joint covers, gutter bead reinforcing bars, and gutter accessories from same metal as gutters. Shop fabricate interior and exterior corners. B. Downspouts: .050 Aluminum, .060 Aluminum at bottom 6', primed and painted to match the wall color. C. Downspout Strap: .050 Aluminum, ASTM B209. D. Gutter: .050 Aluminum, ASTM 8209. E. Gutter Bracket: 1/8" x 1" Aluminum, ASTM B209. F. Gutter Strap: .050 Aluminum, ASTM 8209. G. Gutter Throat: .050 Aluminum, ASTM 8209. H. Metal Cleat: 20 Gauge Stainless Steel, Type 316 Metal Counter -flashing Type 2:.040 Aluminum, ASTM B209. J. Metal Edge: .050 Aluminum, ASTM B209. K. One -Piece Transition Flashing: .050 Aluminum, ASTM B209. PART 3 - EXECUTION 3.1 INSTALLATION OF UNDERLAYMENT A. Felt Underlayment: Install felt underlayment, wrinkle free, using adhesive to minimize use of mechanical fasteners under sheet metal flashing and trim. 1. Install in shingle fashion to shed water. 2. Lap joints not less than 2 inches (50 mm). B. Self -Adhering, High -Temperature Sheet Underlayment: 1. Install self -adhering, high-temperature sheet underlayment; wrinkle free. 2. Prime substrate if recommended by underlayment manufacturer. 3. Comply with temperature restrictions of underlayment manufacturer for installation; use primer for installing underlayment at low temperatures. 4. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. 5. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps and edges with roller. 6. Roll laps and edges with roller. 7. Cover underlayment within 14 days. INDIAN RIVER COUNTY COURTHOUSE PAGE 7 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 3.2 INSTALLATION, GENERAL A. Install sheet metal flashing and trim to comply with details indicated and recommendations of cited sheet metal standard that apply to installation characteristics required unless otherwise indicated on Drawings. 1. Install fasteners, solder, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 2. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. 4. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. 5. Install continuous cleats with fasteners spaced not more than 12 inches (300 mm) O.C. 6. Install exposed sheet metal flashing and trim with limited oil -canning, and free of buckling and tool marks. 7. Do not field cut sheet metal flashing and trim by torch. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure -treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of stainless steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. 1. Space movement joints at maximum of 10 feet (3 m) with no joints within 24 inches (600 mm) of corner or intersection. 2. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. Use sealant -filled joints unless otherwise indicated. a. Form joints to completely conceal sealant. INDIAN RIVER COUNTY COURTHOUSE PAGE 8 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS b. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. C. Adjust setting proportionately for installation at higher ambient temperatures. 1) Do not install sealant -type joints at temperatures below 40 deg F (4 deg C). 2. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. 1. Pretin edges of sheets with solder to width of 1-1/2 inches (38 mm); however, reduce pretinning where pretinned surface would show in completed Work. 2. Do not use torches for soldering. 3. Heat surfaces to receive solder, and flow solder into joint. a. Fill joint completely. b. Completely remove flux and spatter from exposed surfaces. 4. Stainless Steel Soldering: a. Tin edges of uncoated sheets, using solder for stainless steel and acid flux. b. Promptly remove acid -flux residue from metal after tinning and soldering. C. Comply with solder manufacturer's recommended methods for cleaning and neutralization. 3.3 INSTALLATION OF ROOF -DRAINAGE SYSTEM A. Install sheet metal roof -drainage items to produce complete roof -drainage system in accordance with cited sheet metal standard unless otherwise indicated. Coordinate installation of roof perimeter flashing with installation of roof -drainage system. B. Hanging Gutters: 1. Join sections with riveted and soldered joints. 2. Provide for thermal expansion. 3. Attach gutters at eave or fascia to firmly anchor them in position. 4. Provide soldered end closures. 5. Slope to downspouts. 6. Install gutter with expansion joints at locations indicated on Drawings, but not exceeding, 40 feet (15.2 m) apart. Install expansion -joint caps. 3.4 INSTALLATION OF ROOF FLASHINGS A. Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. INDIAN RIVER COUNTY COURTHOUSE PAGE 9 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 1. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. 2. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Roof Edge Flashing: 1. Install roof edge flashings in accordance with ANSI/SPRI/FM 4435/ES-1. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3 - inch (75 -mm) centers. 3.5 INSTALLATION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 3.6 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. 3.7 PROTECTION A. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. B. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures, as determined by Architect. END OF SECTION 076200 INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL 1.1 . SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Butyl joint sealants 1.2 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples: For each kind and color of joint sealant required. C. Product test reports. D. Warranties. 1.3 QUALITY ASSURANCE PAGE 1 SECTION 079200 JOINT SEALANTS A. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. 1.4 WARRANTY A. Special Installer's Warranty: . Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint - sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Ten years from date of Substantial Completion. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 15, 2021 JOINT SEALANTS PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL 2.2 SILICONE JOINT SEALANTS A. Mildew -Resistant Neutral -Curing Acid -Curing Silicone Joint Sealant: ASTM C 920. 1. Manufacturers:. Subject to compliance with requirements, provide products by one of the following: a. BASF Building Systems. b. Dow Corning Corporation. C. Sika Corporation, Construction Products Division. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.3 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Sika Corporation; Construction Products Division. b. BASF Building System C. Dow Corning Coroporation 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.4 SOLVENT -RELEASE -CURING JOINT SEALANTS (Butyl) A. Butyl -Rubber -Based Joint Sealant: ASTM C 1311. 1. Products: Subject to compliance with requirements, provide the following: a. Bostik, Inc.; Chem -Calk 300. b. Pecora Corporation; BC -158. C. Tremco Incorporated; Tremco Butyl Sealant. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 2.5 JOINT SEALANT BACKING PAGE 3 SECTION 079200 JOINT SEALANTS A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. 2.6 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions. 1. Remove laitance and form -release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 3.2 INSTALLATION PAGE 4 SECTION 079200 JOINT SEALANTS A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. C. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.3 FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: Extent of Testing: Test completed and cured sealant joints as follows: INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 15, 2021 JOINT SEALANTS a. Perform 3 tests for each type of adhesive and at each material type. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. B. Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.4 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. All non -painted joints which are exposed to weather elements: 2. Joint Sealant: Silicone. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. At all painted joints which are exposed to weather elements. 2. Joint Sealant: Urethane. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. At all joints which are concealed and not directly exposed to weather elements. 2. Joint Sealant: Butyl. 3. Joint -Sealant Color: Black. END OF SECTION INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 9 — FINISHES SECTION 092513 — ACRYLIC PLASTER FINISH PART 1.00 - GENERAL 1.01 SECTION INCLUDES A. Textured finish system for exterior cement board soffic surfaces. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Sealants: Section 079200. 1.03 QUALITY ASSURANCE PAGE 1 SECTION 092513 ACRYLIC PLASTER FINISH A. Comply with requirements of regulatory agencies. 1. In addition to complying with other legal requirements, comply with fire -resistive ratings of UL tested and listed assemblies for classification of construction required. B. Reference specifications and standards: 1. ASTM B 117 (Federal Test Standard 141A Method 6061) Test Method of Salt Spray (Fog) Testing. 2. ASTM C 67 Test Method for Sampling and Testing Brick and Structural Tile. 3. ASTM C 150 Specification for Portland Cement. 4. ASTM C 297 Test Method for Tensile Strength of Flat Sandwich Constructions in Flatwise Plane. 5. ASTM C 1177 Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing 6. ASTM C 1396 (formerly C 79) Standard Specification for Gypsum Board 7. ASTM D 968 (Federal Test Standard 141A Method 6191) Test Method for Abrasion Resistance of Organic Coatings by Falling Abrasive. 8. ASTM D 3273 Test Method for Resistance to Growth of Mold on Surfaces. 9. ASTM E 84 Test Method for Surface Burning Characteristics of Building Materials. 10. ASTM E 96 Test Methods for Water Vapor Transmission of Materials. 11. ASTM E 331 Test Method for Water Penetration of Exterior Windows, Skylights, Doors and Curtain Walls by Uniform Static Air Pressure Difference. 12. ASTM G 23 (Federal Test Standard 141A Method 6151) Recommended Practice for Operating Exposure ApparatC. C. Manufacturer's Qualifications: The textured finish system manufacturer shall be a company with at least twenty years of experience in manufacturing specialty finishes and regularly engaged in the manufacture and marketing of products specified herein. The manufacturer shall have an ISO 9001:2008 certified quality system and ISO 14001:2004 certified environmental management system. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 2 SECTION 092513 ACRYLIC PLASTER FINISH D. Installer's Qualifications: The contractor shall be qualified to perform the work specified by reason of experience. Contractor shall have at least 5 years of experience in commercial textured finish application, and shall have completed at least 3 projects of similar size and complexity. Contractor shall provide proof before commencement of work that he/she will maintain and supervise a qualified crew of applicators through the duration of the work. When requested Contractor shall provide a list of the last three comparable jobs including the name, location, and start and finish dates for the work. E. Mock-ups: The contractor shall install a 4 ft. x 8 ft mock-up of the system for evaluation and approval by the design professional, building owner, or owner's representative/quality assurance agent. F. Testing: Testing shall be conducted as directed by the design professional, building owner, or owner's representative/quality assurance agent to verify soffit/ceiling assembly performance and adhesion to prepared substrates. 1.04 SUBMITTALS A. Procedure: In accord with Owner requests. B. Certificates: Manufacturer's certification that materials conform to Specifications requirements. C. Product data: Manufacturer's written recommendations for mix proportions and application for factory -prepared finish materials. D. Samples: The Contractor shall submit to the owner/architect two samples of each finish, texture and color to be used on the project. The same tools and techniques proposed for the actual installatioun shall be used to prepare the samples. Samples shall be 24 in. square panel to accurately represent each color and texture to be utilized on the project 1.05 PRODUCT HANDLING A. Procedures: In accord with Owner requests. B. Immediately remove from site all materials which have been delivered in broken, damaged, or unlabeled condition. C. Protect materials from dampness. D. Store materials indoors, off floor. E. Deliver products in original packaging, labeled with product identification, manufacturer and batch number. F. Store projects in a dry area with temperature maintained between 50 and 85 degrees F. Protect from direct sunlight. Protect from freezing. Protect from extreme heat above 90 degrees F. 1.06 WARRANTY A. Provide manufacturer's standard limited warranty. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PART 2.00 - PRODUCTS 2.01 MATERIALS PAGE 3 SECTION 092513 ACRYLIC PLASTER FINISH A. Textured Finish: High performance decorative and protective acrylic -based textyred wall finish with integral color, complies with SCAQMD Rule 1113 for acthirectural finishes. Basis of Design: Sto Essence DPR by Sto Corp. B. Primer: Acrylic -based saneded primer, complies with SCAQMD Rule 1113 for primers. Basis of Design: StoPrime by Sto Corp. C. Base Coat: One component polymer modified Portland cement high build base coat. Basis of Design: Sto BTS Plus by Sto Corp. D. Surface Reinforcement: maximum nominal 4.5 glass fiber reinforcing mesh by approved manufacturer. Basis of Design: Sto Mesh by Sto Corp. E. Coverboard: USG Securock or approved equal. 2.02 ACCESSORIES A. General: Comply with ASTM C 1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. B. Plastic Accessories: 1. Casing Beads: With perforated flanges in depth required to suit plaster bases indicated and flange length to suit application indicated. a. Square -edge style; use unless otherwise indicated. 2. Control Joints: One -piece -type, folded pair of unperforated screeds in M -shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. 3. Expansion Joints: Two-piece type, formed to produce slip -joint and square edges sized to match existing, with perforate concealed flanges. PART 3.00 - EXECUTION 3.01 EXAMINATION A. Examine surfaces for conditions that will adversely affect execution, permanence, and quality of work. B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Verify that surfaces to be plastered are free of dust, loose particles, oil, and foreign matter which would affect bond of plaster coats. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 4 SECTION 092513 ACRYLIC PLASTER FINISH D. Examine framing, grounds, and accessories to ensure that finished plaster surfaces will be true to line, level and plumb, without requiring additional thicknesses of plaster. Soffit board surface shall not have irregularities in excess of 1/16". 3.02 PREPARATION A. Cover or otherwise protect finish materials subject to damage by plaster. B. Cover and protect all adjacent surfaces from plaster stains, including surfaces which will be covered by other finish materials. 3.03 MIXING A. Mix products in accordance with manufacturer's published literature. Refer to applicable product bulletins for specific information on use, handling,. application, precautions and limitations of specific products. 3.04 APPLICATION A. General: 1. Install corrosion proof termination accessories per ASTM D1784 (PVC) with perforated flanges for keying of the base coat at junctures with penetrations such as soffit vents, electrical fixtures, and with abutting walls and columns. Install corrosion proof control joints per ASTM D1784 (PVC) with perforated flanges for keying of the base coat at intervals as required by the soffit board manufacturer. 2. Reinforce perforated flanges of accessories with minimum 4 inch (102 mm) wide strips mesh embedded in base coat. Where cement board is used tape joints between boards with minimum 4 inch (102 mm) wide mesh and skim with base coat. Alternatively tape joints with minimum 4 inch (1023 mm) wide mesh embedded in base coat. Allow base coat to dry. 3. Install nominal 1/8 -inch (3 mm) base coat by trowel to the soffit/ceiling board surface. Work horizontally or vertically in strips of 40 inches (1016 mm), and immediately embed the mesh into the wet base coat by troweling from the center to the edge of the mesh. Overlap mesh installed at perforated accessory flanges by installing mesh up to the termination bead of the accessory. Overlap mesh not less than 2-'/2 inches (64 mm) at mesh seams and feather at seams. Double wrap all inside and outside corners with minimum 8 -inch (203 mm) overlap in each direction (except where corner bead is used at outside corners lap mesh over perforated flange of accessory). Avoid wrinkles in the mesh. The mesh must be fully embedded so that no mesh color shows through the base coat when it is dry. Re -skim with additional base coat if mesh color is visible. Do not install base coat and mesh onto solid (unperforated) portions of accessories. 4. When the base coat application is dry apply the primer by brush or roller to the entire base coat surface. 5. When the primer application is dry apply the textured finish by trowel. Apply finish in a continuous application, and work to a wet edge. Float the finish to achieve the desired texture. INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 092513 JANUARY 15, 2021 ACRYLIC PLASTER FINISH 6. Control joints shall be installed to match existing, not exceeding more than 20 linear feet or soffit areas which exceed 200 square feet. Expansion joints shall be installed at existing locations. D. Cleaning: 1. All excess materials shall be removed from the job site by the Contractor in accordance with contract provisions. 2. All surrounding areas, where acrylic plaster finish system was installed, shall be left free of debris and foreign substances resulting from the Contractor's work. E. Protection: Provide protect of the installed material from water infiltration into or behind them during and after construction. Provide protection of installed materials from dust, dirt, precipitation, freezing and continuous high humidiy until they are fully dry. Seal penetrations through the finished surface with backer rod and sealant or other appropriate means. END OF SECTION CD N W m LU �o > _LL U ow 0 c crw � ''.. N X LU ddl �VafY NO 0 = TZ w ..� ��`' D Q z a gip`" Q o ¢?¢ w O S T d o pp/U W 2 d a O O lo y :w •��g�`�q — _ dp � �o _ ddl Qm �=°oev0000000aeee a c F Sw a og e 8 is `JI\ a W T W w o bio Gd1 i3m Z gu ;;• 4 m z n ems= aw0 i 00 co < m o w G r -- a�< Ri w � bm � SSSSoS� _ gig" Q ___ 5o k w < € Q O o 0 o 0 0 0 0 p o a o 0 .. m d o m 1 o � � oy w `> _ _ � z CO 7 _} _ F d - J O U - w� 0 Z W F 0LU CO z 3 w } s e W cQ G s za$ �aZ a"�azzz s aaop� mmea a e„ 7 aR m� � o o�as� eaoas M & Asa g —.10m H dgala € O �����S�ssEz .."s€:�8��86k'�68aa6��sxan��sdo :aeras@aa�sa.a BkA�'�„S„�N?„„d��.?e x�$�QES§�Y eY4 s��sYg€gg€ Q i w rr co coQ Q a G n z ' 2 Mv �'e8 ti EE �_} €� s € £ $ff=EE ff j gff a§g g8 kkkk$ff k ffff envie < H. vie asms611UH UN r��a«' AHE'Er'. H Etn 1�a 61HE € a�qe� a ��3 �� ? .s. .s, U o 1. rtl 3 ¢w yj ¢ ~ ti i J < g � 8n ca Fa w sz°i W�oa� 8� �otywy bid � (7 UOd$ its wgi�u akf z e �F F fnY� �dpZZ�b gz��g°s a�og� d .1H M p2 o u z ww" Mggw`0w °w"=°zamiow g� g � $o w � w� w� oo gm° €LL ;�gg-M.m �o p Y WO(�o�og¢� `8°$3 Qbg<"wbmZLSsdmwS��"iwo€w=woo��oo83�di ° oQ�va oFm°y"so�m°i�<z Q�N-ws iabg°W H 3$ ` owo��>U.4 y �mo €�Z- 0 Zw"g zggooSwaW°€o¢ °�,3'�wg '~gf� $g°aw U. 2 S�§ .0.6..i54 of aw� OLL � oo�m" �za�; g'<msmowN 3$m8< WO Hg°°�a��oW88f$Sg�o� i . ���g°'agwgo_iz�g� dF Z(g��U ZJ ¢_ O �Owa¢��-`Q �N-�O�O�¢3 Nw¢n �w�°u Vg �'n�n;ab�9 qN g�;�o 0o Wn ag6�°¢3FoigYgjo 8 N¢ dmf �� m7�wP ¢a°Ga¢� 5 ��J>�¢mz"- 8 O¢ °F°ao J0 _�� ffl 5 o„o Q' o m ,cc Q g� �s g ='`-aWs°g zJ¢ 8 N zg who° Aga �w pa =rys°G 3$” � °° �aN n �gogffwgb I;-, 668w Z ��IwdIm� ; nom g9 - WRg eg g�g�w g�gw g��7w< F Wy =a 10 Mi.- 0is�om<� 3 �g�626.H�w��g��zs��z����w�8=! d i W d d d d r T I w " gzgM �z - goJw��< 8mig J ° °z zi t�uozg' HSoz �gxz"4ww°$��od3�aLL� o U. �$"°�wm Q g2i�2}S`�'�z;YSiswzsFg'�4wQ< �wLLg �g "°�ageiwg<� g:�nWzd W°3w3oog 3a�gdgg�� a°g U ��w 'i d d d 0 o Wal < � Cv .yi gmo WN o �$€� " S E 060 86aw son Qzg o� Lwogs�z iF ow °w go € 01 Fg. OF ow gra aiiLLg� oa „�$ mo g Zm€ mg $w�o -� K'w°mn"M- X.- ¢gwiz w= a.z¢90 `ko P$"j $ oz? 9J�z �kj w < Uo>< 0 m ° "k'o�pg����w$�w$i�n i� $ a�¢"nZ° g�q5 Ey�o� °moi ru° $�Oi¢�nj,,lif �mW�"i Chu~pm� G g5 �Ooi�w �a�Ci �wO._5 s € Sp=a =�W�a "o b�g90 - �j8 "�9 wag z F ms °3�¢ogz JoQ w� g� g$Yig� 8w ma€" M w� fwoiw- a s $¢ 3cn -F-90p .2%.E . Q: °k"- ZEiTg¢nw"�w"g5�¢ „�g°gf °�gFk'g;e Zifm Cwod'a W5 _<z y �og $ " to V;ogbgg.'§mg"z= 8i-,12, i.gO o!9 oo ° O 8 Z °s s�8o88�w€w=g�&Wgwd� C1lga8yg d<g b € 'd8g'awFF $'aSg�gni°rk8°°8owgg'LSoYS¢¢"¢ozmY xw2 eF wo g¢`�o8gaQ"°��x$� �od¢a =z4¢Z.GYfz`¢w° ~gni g LL �agoj zap "s€� k'" ° S>uz a�w°`w°ewc-z 8 s� Fo_ w_ �`"F° ogg 78Fa�w°e<ds i s°ar°3 $8 «�� 8 �° ¢ 3 snn"?�°'a8 S. xeoz`2 _`d 8%0 L N d e i dd > d a Ic 3 W IL IaI. -/ z g mBF w¢ awNQ P. dm s o ci zzm�� °ci J X00 x1.61'0 E -E a EzvNz oz �° ¢tea w OQ�o wozN�u zwi °ug ¢°w °whom zg i zr N w°�woa 1.z w�F ¢efw 3 -iz �pzow z�� m� m x'i- yg�o�" °$ mNo �oy� ��� 8J� Na¢°" H Jm3 w� x gzo F - .I, ¢m z w g�ao �� o¢so`z �Nzwz$ w oz Nog€ 1.o 3 how �m�� �wz 1.w¢ z$o.° Q m u°„ g.co w��ws 'ywy 1.°o 1.g omao ¢ma z g °w Ta°yWw o �zz 8o � .°-�w X42 m ��o SLL2zi w � �3 �� �aoN °aL�i �w °O° wy°a N7 ° �pO ° ° QO 'm '4 1.o of 9�F9 mew'= o z -'-21 LLp�O xa z.e �az8I 'pi LL0 83oz¢ z �z$�az a ;y �'a¢zw y "'cxi° wpm �yg z1. �¢zda� `-"W. zSwwiN a Pqp0w �zz�oiz 01.' 3' O z��m �z'm zEp a°5°v w' wawLLw o Bozo wog g1. m °°b zwuia Sn'y -' z �N wpb ��o ° ° ooz 46zzo 0 o°w u 9y'w �G °w oow LLm«q. z p1. 1.z 8M.z g Q h y �gzag w oy �g'R N0'0 za 7O g ,Nm NaFo g� imw $-mall F `m33 u owm'i ou°,o§ N8 ww0 °zo o3w 8 $ w zga�w' oa 8Z0�w'm p MY uH`� wQ� of wLLm89 oN a mgoo��n�mm zs°`¢z �z RN .¢qqK+ oo z zy wzw == x x o 'g ° k'�'� yom`dmz >w pta ¢Zmaw X017 E`"¢ �� a° F ¢g¢� NwJz LLP �6gj E . ¢Z ° zm° �yw ° Fziwmw-os 1.¢¢3 a �H 08w - - ° 8 °gyp o�h � wzEz rj'.ww 'o JOgdooa ory°3F �yf w -R w a e b "zw�a�o.oiw �] zm0wwa ao w¢zapwy �z n z`2¢ >> °o' w w `a a a_��'a° a zi �bz'� °oEg�iOZ o= �ZOQ¢w �g O a p1. Za¢ ¢ 1. w p 2 —z a 21. Gi Nz¢¢�>`Z�ZJ¢¢QzQom r�z a°w� JoJ �w¢on �°W .adz°¢° Ya4oaw+z 9wg r J2a pQp °zn-WF y F N N 8�ZZ I1.. G¢N F a ~60�Z� wi�� Z0 a z a o° j °Z E 1..a r x� a z¢ 7 sg � s m> a,4ww Y zgAlo8 w�ga�zQz�R w `o g1. ��°°w r w E °� Ef k�i °z s8g°4a 4 25'. a�lwz'j oLLw35 a �mw'�iowiv- � hww 1.i¢�O��8080`�� $oj8�z ]g1. awi°° w ow °w Fw��oww z g 1.E .:18 za f S >o z :z° u FQAN. .w°'S ° Fmgg�� Y ° m wxi uasO qm m = ► z 1.O° o aow z8o�q w zaWzLw a di 'w�JawZ¢a-04 aa2w�-U w 4 o�z°y �o as Q g O-H!�gzf � z :' a gdw Yds a� pa�?Em a om^z a o•8 u�=waz'aTT�ZZwgxz¢m8ag i0N° z z iWm?az=�Gz¢z° j i(jozw°-m z as 0ONF N6ti NFmF pa V mOw�F Gpu aLL w N N °w�F &Sz S iF�'/IE W �zn " aQm .z mZOO-¢ O ° OmwN 8 �¢g ° °O°N ax�w0 YY�wf Fxr� Y mg ata-anF °z�ma i F��a":im'uogi°w zo wg�� o°w $y w�a a °�8'^:8 m oa� waYaw zw�w ,',o ouzzz°-p wg�,,* 'm�w 4g law pz oz aLO g�sm> o a 7�W�oz Z_ w awwzd Jai Jz zw° �m?zQwz `sg °--��°p5¢��w o pr--o�4� _ Y)�>ao,aw aoF�5m a rz uo Fm zog e�odwa opo tzo► �zNa k ]� a�6 °1.a Y i�w N7Y� yy F YwQ O -Ow 00 i�p YOZ E VON,. % �w � i SZy aYwm�r_�wag38m� r amw'aawm mho' afx go-gw oww° Y p�w��w Y w n Y i� o pa us o� z € s J�J g' py c O �.1 N III Ez - j Z � CE 68 N2 �G a a w� o .z � o� m3o> o a obi, 28 U 3 Z % J a z Nzg U� ww O�w �o w U w m � P -mi -J, zo g a ��mw�oag�� �� w `mooFss atom gzg z. - w moo99 wJ o� ° U o U R"oo yF3go ¢y"m SuSQ v u��ggEug�ooi���s 0$2O.OdEoio J J �.z o.-3 11 O h 5� Qa 0- a 0- z - LS � o� z z s &� J Z�Z o F H -8 �z z a w� fn N�w � QON 00 ao�gso 0 S�V6�0 Z EOI'� � !1 I VI E} O W •€gyp ��w O I VI e 199 Nil; N ul sl In ing 1 6 8 it 55 u F . JU FOR 2� gll 1 1 H! Mn! S O~ ~$O$ O.Z o0 ti Oa ¢o 3 i� �0 00 ¢z 00 s 8a Fti ¢ti z x0 LS_ w_ 'o VO ab ¢z w0 'o? Q OE a 9 00 zai z i III 1 ' po Oi ¢ nay ii iOw a0 Y� 55 u F . JU FOR 2� gll 1 1 H! Mn! S OZ Q� (5LL ZO �=O U)CE: XZ WQ JF b JJ ¢O > w OW w zz ?� JS 4 J < 02 s 8a °V aia c Q OE a 9 00 zai z i III 1 ' po Oi ¢ OZ Q� (5LL ZO �=O U)CE: XZ WQ JF b JJ ¢O > w OW 0000 ®®® ��a ®® li z w pa P p F i w a 0 00 zai z i Oi ¢ nay ii iOw a0 Y� 0 z O z � 2 ¢OO¢O lzz z 0 O¢O" z zor0 6 8Qi O w 0 �F FzZ- Fz-. x0 0 a O w w w0 iUz 0000 ®®® ��a ®® li z O O W d O N40 is W W J HUI IM fiogp S FyFy {Qa gg t� y3 HP: �mk.si 2 � �H Hit W 3WZ 3�a` ye e C g�g�a 9v 9 - c flog,a of i e Mi 120,6 !HHHHOP rig' 9g, �1 IMF, a� oz MN o00Q it$ 0 d a b � Iliromm'Fo7�ii 001, a� Mir." �L. .. a y s� 3a €a a 0 Qz J LL O O F- (r 00 �w. 204 Fa e O¢ U) CL �� VA 1f IN a is i" F_ S r: Z g a CL O HM (no WW. =O �!e �a ¢ O zap 12 34 ii 16 � a / \■ § § § § 7 | �`- | e ] + § / | @ | ;§ te r= 2§| � � ] �.(�Q - ,| . ogm 10 �w .s Z z Gsg€d y lc�g°=ij z G 3 .M W z s / O � 1 4 z � <g a¢N ¢Q o� •. o Q s a o a 33� l \� I �x or g o U 1 wo ¢ y i 0 ¢ y T. ¢ N �iy F 3 LL \\ // ZGL /�\ ZGL II I I / O � 1 4 z � <g a¢N ¢Q o� •. o Q s a o a 33� l \� I �x or g o U wo ¢ y i 0 ¢ y T. ¢ N �iy F 3 LL W z II I I / O � 1 4 z � <g a¢N ¢Q o� •. o Q s a o a 33� l IL O �O cc ww =Q o F -z Om zn \� I 172 \\\,/// 7:12 /, ,\ IL O �O cc ww =Q o F -z Om zn i LL N °w y f -6 m 0 0 o m� FZ,.wQ3 J� w' f '2 mmo oawx °r i w° fo i zmf.'za o N�Ow as .N ° a O z awW p' 4a UwU 6 a Z Z E °Y Jl Z ZwOw0 g 6 w w�Q �Y �OWDZ- a a z3 az Jwap a0 0 D zM� wmzF W F 0 0 w o¢ mUgm�wz8 O w$x �w Oi °w�w�z~o Ndw wz ZOF..RD z ¢ 0 w w v¢~04yfV = w0 ? w0 °imda "Z Z0 Zw �aw¢Z 0'a o ° �� �Od�u a 'a Ni �a dD.oaNwm Oo °¢� 05� Zg¢omOaoa W a a wwhzaad `' >ab aY `zZ �y o s Qau wopwzff: 7' p w J N �[�°w Jrx¢3� 0 �3' Wo d� 'zwaas. io O�Z f�p 2, xZo z 0 a a yww tloE °°0°m = � °° aag i aw wm°'Ou�" �aww Q° Fou zf o"Zos = up.. f bz_e 3 v °� Z� a°z ° F w saa w < a.tl i dt _' dx Oho °Yui sw Wok o bz ° Np • d o xw �.Nng ar N�� 0�8 OZd Nwz �. f,8W = $'nm apw5go¢mU'ofw = anm¢S w bz b L ZZ Ua, Z_W- mw'�_Zg° C Zz z. yLLJ°y�i� ti Ji 7S n�mp�af 4Eq° Fwza"oy wdio-,�, �iW 6Fe QQ°o ��i o°dii`�oer wSZaZ Jll Ff mu ¢a `N'i oi�tlmzO� Zo0�F'o]wg��Q�Q`z8 J Ui tlp U �iN *Z�•.i °rF3- aw J o6 o�Y_i� Q i�0 -�$ >J -- Q, am1Z ao Nw6 O�rwOwwFe��`-^a0 I�mG�6 FFFFFa 5a5a 3FY6a SO JgO Jp� �',,d aZm$�c� ZO QZJ iZ >Y7OS�a'° ZSQQ WZJS" N2Za qq¢„Gatl-aC� asQ �zwusa�a°w O OFA C� 20< OOYf=m�60x 0 0 Z.Fl6; 00 Za:p�j¢OwtlO NCtlZaj�wf��UJtl1 W W QLLa 8o ZLLs �¢oa°Ox�aDZWZz Fos�,�°e�a�waa;amii$� Faaoi�°�a z mQaQiw a=-m°¢ < �,LL°8:�o�6a W�SI$mzi:3pCa8IC� ttm a'aaa„ggwN�€ ou V Oao°o�w Fw et ww swa�;F<I =g a:;33; pO S���u�wtlsr p°� 75 sQ p �aa Y_ SY0=9 iQ Y90� 0� Z a ¢ pp¢a tl9-a6p¢> Ga33s¢ Nymeif <`n�afyaiahaaa Nvimaoagma0oa00i7fiu0� 7memizF amaEsma0m C R � � q, MA fl � ai O �i u� a o z6 z44;s < z 3�g egg § ; a Ilk, a a U U � (A w N � FE m 0 0 ww �e i W o LL W p Fz_ o w o° j z �z g w $o u w ? ~ CV F 3 xio ux z ° zm z o omw �u .a •� o w Q = J m=° oa�x foo i a �O zn� fa ¢ < a< wiaa ow ° Q W z LLWmJ ¢°w- o z z1 E Y J� Z ozud W¢ owo yji LL p qua uw wFgW� Q z_ °f3wQu o of m~ wz i w&g 'a iaw� ao w z`°a zyw �33=a a eia p p h zwIUo Ew �: ° a Q� �"z C- e H LL m ��y ozS 0 0 °¢ wEw_V 'f ¢ 0 w yww as oa="o _ °wu 3° w� °zwao z za° wzw z�a�.zaa ¢ i HF f- za-tea a W o w ¢ z wN oo�Nao �Cz a 3x ° awaNw_ ew ° d5S g omwa°oa 32�w ba ww �¢3� Cab aY zz ¢^ ! <ywm E�¢ wouwz2f- Z u J -m °w>� Z 3' Wg nz aiQwaz s9 v°z-owo zwx�o,z Y a aw Naw 'e on ouoo a¢ ° as xi aw ma`ozw ao-'wW`dw o fou wm,oS a?Yzo= u w> zea 3 p Joy ozw i z a' S• d Yea m_a w yosmgo zz°a Wawf ao of $a'�i SF uwp��yQzz¢ Aw e fno z2 s9o¢wUagLL a uu o xa�`-b z -n- sx = m Q°w a aS Z. e s_ zw- ° ���� `s Q Zzw � �i_ wLLiaeE'oe3Kmasf LLza u� , a$=u8a�po di�"o oQjzwN,-o d5 i V W 6°p 9°o F� �Z'y z`d w-awxz^z J°i °u wI zJnr °z_az =o � wgowjz8 J Gw= :° W. J aZ2z a°Mm2I Q'u g�7 _ d�a^�. =z QQ o• �J� g -- J z xwoww�p� XX° Fwpfp a i;wrp go�go J��gNN`"_ aomQom am� as N6 YOr Yf p19 bEWJ� 90 ¢ Yaaaa_QQ�e!DLE Q 'w -!z �Y Q V°O a' ZOa OuYOY�ap .%, a IoJ Y �� NZuaFJtl�6wYo WOgvitlj 6f aiU]ewU %yF w �FaOJ OO ea J6.° Y16Q Ze FJ 0�' 00 ism^ O Y~ f I WW ALL^ 0� F. aow�^oita�zwSz Fus���na�6�ha63YOs ziiz HaaoL Ot7°�w�¢Qawiw H I 7_0 00 2_3 a¢OwW°ga?-x�a W SYS==� as oaaanSa =YJtOio1¢ww5 wo?, �oLL Q °Op : QU �wwJown ae4 o pz�33� WF V Owoow FwoC xaoiaE3'a. Gs, =aoo3o0' �z 5��6w=_ OaS� 'wag �b'aaoa, i m Cw33p¢ WmaosEm.afma:amaaa Nmaa0aoo�aoaoosSSSao 3 7eemez amafE7aom a- --AE Z O Z_ 2 5 a v --Ae IN T T �LL F w O a ow W�z= wa3 •� Z a m%3Z oe- Q (7 � u W a w ¢ L _wa �°www'3�� o6 d°¢ w G p yww a��oaUwaB x F yww2=oFQ22Z0° W�a w��gs�dobzwoe f^m z�yo3owuogw�o mwYMi; §i z3 ZI.lgg�1O f 3F«w eoxMz 4_FsFgx�O�o paY LOw�ao,C V•w�" iLL aF oa`LLogiioy�ua F I�dy lww Ow6FE�¢V• WD (A.. SEmT�Emalamaaa I� — — — — — — — — — — — w f w i °w ow zmf ?z o WZ zw Z 4L, fLL n zw ���?au ?, o&a �a oN waw wlz oa° iwz f- oo i�zw'a Oab ax zz awINwo Lw wF as ab wy= �o wf abz- " �w S8a i a3 xaw X Sy m 3 w bo z Worm o< 0 J w Y w"OEy$»("tlQYZLS Wzo3Fw 55 �fa6Fg�6�aG oFeFs° F¢Ys.�`�GGE..f�°»QYOSWY2 WLL% tlZ wZL OLL;JJJ��J W��Sii�33� ao Ywwad�i ia12o'go3 z $���w's N me.Y< YaY awaxSiiaY$ 8 w a w m w' u f ^ J OQow JU a °LL wi�;a o zra¢ wN� Zwp0 j ZZ_N FD Hw d `dw Bio i z Q w• Q wz" ° HGS o wwoa V<< - F wp ZJS�O'.Z wmO=O'z �Oo,wwJ�w w u'o �' m�yoluiQ ��Mz'g z,Sw �O Z,Z o- -w 6N Qo°=y3a3���is Ju Sa�w;,�»zo WOSQw��w���."i'�� f Cp0=5f)h=Z�QUQwZw 17 u O iYY Hw�-yE w3w,5D �ff z a¢ 1 'car 1 cs I 1 4.: ' W u 01 1 1 r a,t u Z'c 'c al 1 mal 1 ?I 1 w1 1 0l 1 0l ozl P•9 1 �1 ¢w OU 5 1 1 o X 1 }yrw,l 1 I� — — — — — — — — — — — w f w i °w ow zmf ?z o WZ zw Z 4L, fLL n zw ���?au ?, o&a �a oN waw wlz oa° iwz f- oo i�zw'a Oab ax zz awINwo Lw wF as ab wy= �o wf abz- " �w S8a i a3 xaw X Sy m 3 w bo z Worm o< 0 J w Y w"OEy$»("tlQYZLS Wzo3Fw 55 �fa6Fg�6�aG oFeFs° F¢Ys.�`�GGE..f�°»QYOSWY2 WLL% tlZ wZL OLL;JJJ��J W��Sii�33� ao Ywwad�i ia12o'go3 z $���w's N me.Y< YaY awaxSiiaY$ 8 w a w m w' u f ^ J OQow JU a °LL wi�;a o zra¢ wN� Zwp0 j ZZ_N FD Hw d `dw Bio i z Q w• Q wz" ° HGS o wwoa V<< - F wp ZJS�O'.Z wmO=O'z �Oo,wwJ�w w u'o �' m�yoluiQ ��Mz'g z,Sw �O Z,Z o- -w 6N Qo°=y3a3���is Ju Sa�w;,�»zo WOSQw��w���."i'�� f Cp0=5f)h=Z�QUQwZw 17 u O iYY Hw�-yE w3w,5D �ff z a¢ 1 1 1 �1 1 1 4.: ' W u 01 1 1 r a,t u Z'c 'c al 1 mal 1 � 1 dol 1 O 1 W 1 1 ---------r La; z 1 0 0 ozl 1 1 6 1 = 1 ¢ C C'M zZ 1 ¢ ; �_ mal 1 ¢w< ZD dol 1 O 1 W 1 �"1 1 Z? ozl P•9 ¢w OU 5 1 ¢ 1 1 1 6 1 = 1 ¢ C C'M Lam ow s iU ; �_ 1 � 1 ¢w< ZD ° doW$i O 1 W 1 as Z? Z. P•9 ¢w OU 5 1 1 � 1 c 1 1 = 1 1 0 1 1 � 1 1 0 1 1 O 1 W 1 ,mow---- a i O F§c0 fgK zzw €. 60= Vza�°o a x11 pe a OUp 00 0w8°� Qw33ia pl° ¢ y J O '.U'F wa S m�%0 Odw� Q¢°U O w wWQ --www¢]z�. w 0 w Nwz b�fN'a-w 0 .¢. .f�.. J w s�wjrx'3� WFfo�� iu mwo0a°foo=004 2ez¢Qb$!LLwO ILLw y4j0Va pz?r ps `Z°'iuwx °z a_ Otwwml SQrOlGya■Woooiooa�fvywmo�.'-°Waa'o.Q_FSa`o�ix�y°H �w¢a�a. gE wQfmDrwEzaoaa w 2 d w °w > >'Z ZZ F. a ZW JF J(W(aV ja �w JJw a50Fw Qb. O Q No. DLL G5 wD.-z� 0Z0 Q >,F JX wO zz.<- QQ ZZ ' aww Z Ja w2 ds° azn '.y= _� as ° E ��w� xaoN� 00 27 aWga w o�a.";E"ss W zJgr r �~p g63 S2a�� �aCaj�oo�^ °g�Ca''aBwoOi m LL�g�_iSZ p[5a �0 p[j6 �[yau3JJJQ0¢ »ya Y Vin I 8 m o w r ¢ wW7 aLL aa wZNd ZEm¢ 4iyZ_NZwO NW O- waw azo. ww§n zw44 z �� zq°¢ �¢R O�J �wONwd°Q LLYmz-2 O ddd ZWJppx -'U� wU¢�Zw wF �Z q r° ^(izQ ° � yw..j c�UaEZwg ZN�jN�O mW v�y zm oupw JQ O�WlZ ZUgNM¢W<� Wpaa rDIS'. � FD F Sr OS �(�7 m=w2UQwWw zYJwY w9Q , ' a 0<�wJ�p�r WFOZC as 7 armaiFaamrFI ID a 0 ' � xg9?ke j � j PH JWH n 9q HO $ 1 d �s e gy 22 ¢ i 3fi�.., o�8H In �e�� 2 N __ _ _ 2 a ] 7 9 ] 7 �s o =r gy �g �r 39 PON 7 3 i r Z O t Z N 9 S ~ z Z Q 0 O Y O w S 0 a 0 aO N Q 3 H O ccm O Q U R Addendum #1 ITEMIZED BID SCHEDULE PROJECT NAME: IRC COURTHOUSE ROOF REPLACEMENT IRC PROJECT NO. 1764 BID NO. 2021036 BIDDER'S NAME: Item NoM Descri ion Quant? Wh tUng' it Price? Amount MOBILIZATION - FOR CONTRACTS OF 120 CONTRACT DAYS DURATION OR LESS, PARTIAL PAYMENT WILL BE MADE AT 50% OF THE BID PRICE PER MONTH FOR THE FIRST TWO MONTHS. FOR CONTRACTS IN EXCESS OF 120 CONTRACT DAYS DURATION, PARTIAL PAYMENT WILL BE MADE AT 25% OF THE BID PRICE PER MONTH FOR THE FIRST FOUR MONTHS. IN NO EVENT SHALL MORE THAN 50% OF THE BID PRICE BE PAID PRIOR TO COMMENCING CONSTRUCTION ON THE 1.1 PROJECT SITE 1 LS 2.1 PERMITTING SEE APPENDIX "A" 1 LS ROOF ASSEMBLY TYPE "A" LOW SLOPE ROOF AREAS: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL NEW LIGHTWEIGHT CONCRETE AT DESIGNATED AREAS. INSTALL NEW 2 -PLY MODIFIED BITUMEN ROOFING ASSEMBLY. SEE ROOF AREA "A" PER PLANS SET 001 46,491 SF ROOF ASSEMBLY TYPE "B" RADIUS ROOFS WITH PLYWOOD DECKS: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL NEW LIGHTWEIGHT CONCRETE AT DESIGNATED AREAS. INSTALL NEW 2 -PLY MODIFIED BITUMEN ROOFING ASSEMBLY. SEE ROOF AREA "B" PER 002 PLANS SET 1,979 SF ROOF ASSEMBLY TYPE "C" ELEVATOR PENTHOUSE WITH CONCRETE DECK: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL NEW LIGHTWEIGHT CONCRETE AT DESIGNATED AREAS. INSTALL NEW 2 - PLY MODIFIED BITUMEN ROOFING ASSEMBLY. SEE ROOF AREA "C" PER 003 PLANS SET 385 SF ROOF HATCH - REMOVE AND REPLACE - PER PLAN SET 004 1 EA ACCESS DOORS RESTORE - PER PLAN SET 005 3 EA COUNTERFLASHING STAINLESS STEEL - REPLACE - PER PLAN SET 006 1 LS EXPANSION JOINT COVER - INSTALL - PER PLAN SET 007 132 LF PRECAST CONCRETE PARAPET CAPS - RESTORE - PER PLAN SET 008 1 LS SKYLIGHTS - RESEAL - PER PLAN SET 009 1 LS GUARD RAIL FLASHINGS - REMOVE AND REPLACE - PER PLAN SET 010 1 LS CONCRETE CHILLER PAD MOTORS - TEMPORARILY DISCONNECT AND 011 1 LS WALKWAY METAL ROOFS STANDING SEAM ROOF (REMOVE AND REPLACE) 012 1 LS PLASTER CEILINGS (REMOVE AND REPLACE) 013 736 SF CAN LIGHTS (REMOVE AND RESET) 014 15 EA 015 FORCE ACCOUNT 190 000.00 TOTAL BID AMOUNT INCLUDING FORCE ACCOUNT TOTAL TOTAL PROJECT BID AMOUNT IN WORDS 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 SF = SQUARE FEET EA = EACH LF = LINEAR FOOT 00310-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\8ids\Bid Documents\Addendums\IRC-1 764IBS ADD 1 20210405.)ds INDIAN RIVER COUNTY BUILDING DEPARTMENT ax D Re -Roof Permit Checklist The following items are required with submission of your re -roof permit application. • 2 copies of completed Re -Roof permit application • Roof Pressure Sheet completed as applicable • Copy of signed contract with contractor or Owner/Builder Disclosure Statement • Florida Product Approvals or Miami -Dade NOA's. All product approval numbers must be provided on the application along with a copy at the time of application and provided on-site for inspection. Materials and methods used for recovering or replacing an existing roof covering must comply with Ch -15 of FBC, Ch -9 of FBC Residential, Ch -7 of FBC Existing Building and all manufacturer's product installation instructions. • If current roof covering is a lightweight system (shingle/metal/etc.) and roof covering is changing to a heavy system (tile), a Florida Licensed Design Professional must provide structural member/system verification for items such as wood or metal trusses, rafters, joists, etc. to ensure existing structural system is adequate for increased load. • Recorded Notice of Commencement (NOC) required to be submitted prior to first Inspection if job value is greater than $2500.00. • Commercial Roofs require a roof plan stating wind design criteria and components and cladding pressures, location and size for applicable zones prepared by a Florida Licensed Engineer in addition to the Roof Plan requirements for One & Two Family Dwellings. • A Florida Licensed Engineer may need to extrapolate the attachment requirements of the Product Approval or Miami -Dade NOA to meet the components and cladding pressures of the roof or calculate the moment connection for a the roof. • Required Mechanical Equipment stands or curbs (FBCEB 301.5, FBCB 1510.10), guards and access guards (FBCM 304.11, FBCB 1011.13), roof access ladder and ladder extension (FBCM 306.5) will need to be brought into compliance with current codes prior to the roof receiving a final inspection. • Resources for Applications/Forms and Product Approvals https://floridabuilding.org/pr/pr default.aspx http://irccdd.com/Applications/Building Division.htm http:flwww.miamidade.gov/buildinq/pc-search app asp Illustrations: https://www.fema.gov/sites/defau it/files/2020-07/best-practices-minimize-wind- water hurricane-michael-florida.pdf or www.floridabuilding.org INDIAN RIVER COUNTY BUILDING DEPARTMENT RE -ROOFING / ROOF REPAIR PERMIT APPLICATIONS XRE-ROOF ❑REPAIR' ❑RECOVERING5 (ROOF OVER) Job address: 2000 16th Avenue Vero Beach, Florida 32960 Parcel #: 33390200001045000001.0 RESIDENTIAL ❑Single Family Detached —Single Family Attached COMMERCIALZ OStand Alone Building ❑Other JOB DESCRIPTION: Remove and replace metal roofing system and install new gutter system over the existing walkway canopy. Owner: Indian River County BOCC / Michael Heller Phone: 772-226-1585 Contractor: TBD Phone: Contractor FAX: Contractor License Number: Engineer: Jay Amon Architects, Inc. Phone: 407-3331977 Contract Value: $ 76,054.00 Email: IRC Certificate #: Email: craig@jayammon.com Value of Structure': $ 14,000,000.00 Year Built: 1992 TOTAL ROOF SQ. FEET (not squares): 1,026 REPAIR' AREA SQ. FEET (not squares): PERCENT of ROOF REPAIR AREA: % (cannot exceed 25% of TOTAL roof area, see NOTES, Page 9) Roof Slope: 7 . 12 Existing Roof Covering: Standing Seam Metal New Material: ❑ Shingles ❑■ Metal 2.4 ❑ Low Slope 2.4 ❑ Tile 2.4,7 ❑ Other WIND SPEED ❑150 mph ❑160 mph ❑i Other 170 Exposure Category: ❑ B 0 C ❑ D Mean Roof Height: 25' PLEASE SEE PAGES 6.8 OF THE APPLICATION TO COMPLETE THE BELOW INFORMATION. PLEASE NOTE THAT ROOF PRESSURES ARE NOW DEPENDENT ON ROOF PITCH AND SPECIFIC ROOF TYPE. GABLE OR FLAT – ROOF PITCH ❑ 0 -1 1/2:12 ZONE 1,1' ZONE 2 ZONE 3 GABLE – ROOF PITCH ❑ >1 1/2:12 –6:12 ZONE 1, 2e ZONE 2n, 2r, 3e ZONE 3r GABLE – ROOF PITCH ❑ >6:12 –12:12 ZONE 1, 2e, 2r ZONE 2n, 3r ZONE 3e HIP – ROOF PITCH ❑ >1 1/2:12-41/2 :12 ZONE 1 ZONE 2r ZONE 2e, 3 HIP-- ROOF PITCH ❑ >41/2:12 – 6:12 ZONE 1 ZONE 2e, 2r, 3 HIP—ROOF PITCH ■❑ >6:12 –12:12 ZONE 1 -59.9 PSF ZONE 2e -71.7 PSF ZONE 2r -97.4 PSF ZONE 3 -95.2 PSF NAILING: ROOF SHEATHING TO BE NAILED K 4" O.C. 0 6" O.C. WITH #10 sheet metal screw NAILS ❑ Recovering 2,5 Roof Recovering is NOT allowed unless you meet the following criteria: (1) An existing roof covering that was installed with the original construction of the building structure after March 1, 2002 or (2) A re - roof permit after October 1. 2007. All Site Built Single Family Residential Re -Roofs, regardless of value, shall comply with the following: Re -fastening: All sheathing / decking shall be fastened in accordance with the Florida Existing Building Code. Any roof sheathing with existing nails spaced greater than 6" O.C. requires additional nails to provide a minimum of 6" O.C. nail spacing. All stapled sheathing requires complete re -nailing. Added nails shall be 2 1/4" 8d ring shank round head minimum or the requirements in Miami -Dade NOA or Florida Product Approval whichever is applicable. See page 4 of application for Footnote Explanations. Page 1 of 9 aV � INDIANRIVER COUNTY BUILDING DEPARTMENT aZ ROOF SUMMARY- For multiple roof sections/systems complete all applicable sections. UNDERLAYMENT: For slopes 2:12 to less than 4:12 1ST -PLY PRODUCT: ❑ SELF -ADHERING ❑ MECHANICAL ATTACHMENT 2nd -PLY PRODUCT: ❑ SELF -ADHERING ❑ MECHANICAL ATTACHMENT Note: Select a System (1-3) below by checking the box to the left of the diagrams. Fol 1-01 Anndar hq n dd m W shank n.it "h meld w ples0a taps Cap dormw as less thm 1 Mh KA shOM d o -d -not less tlw O,= Inch. M.l.l mP Wdaass not leas eum 32'O.Oe eget metal w01n kWh lw powerKkleen lulen.rs. Pkdc e P outside ad0e Ih"M" nal less than OMS lcdh. System # 1- Apply a Self -Adhering Polymer - Modified Bitumen underlayment complying with ASTM D1970 applied over entire roof deck. System #2- Apply two layers of felt underlayment complying with ASTM D226 Type II or ASTM D4869 Type III or IV or two layers of a synthetic underlayment meeting the performance requirements specified, lapped and fastened as specified. Apply a 19 -inch strip of underlayment felt parallel to and starting at the eaves. Starting at the eave, apply a 36 -inch wide sheet of underlayment, overlapping successive sheets 19 inches; end laps shall be 6 inches and offset by 6 feet. Where felt underlayment is used it must be 30# or equivalent. For slopes 4:12 or greater the above options are available or applicant can use the below option. Please note that the option below is NOT ALLOWED for slopes less than 4:12. Y Fasciate Matal drip edge Annular ring or deformed shank naft vMh metal or plastic caps. Cap diameter not less than t inch. Nail shank diameter not less than 0.083 Inch. Metal cap thickness not less than 32 -gage sheat metal or 0.01 inch for power -driven fasteners. Plastic cap outside edge thickness not less than 0.035 Inch. System # 3- Apply a minimum 4 -inch wide strip of self -adhering polymer -modified bitumen complying with ASTM D1970 or a minimum 3 3/s. -inch wide strip of self -adhering flexible flashing tape complying with AAMA 711, applied over all joints in roof decking. Underlayment shall be applied shingle fashion, parallel to and starting from the eave and lapped 4 inches, end laps shall be 6 inches and shall be offset by 6 feet. The underlayment shall be attached to a nailable deck with two staggered rows in the field of the sheet with a maximum fastener spacing of 12 inches o.c. and one row at the end and side laps fastened 6 inches o.c. Where felt underlayment is used it must be 30# or equivalent. Illustrations: FEMA Hurricane Michael in Florida Recovery Advisory Page 2 of 9 �Y INDL4NRIVER CO UNTY B UILDING DEPA R TMENT �o,o Ser Giti ROOF COVERING: []SHINGLE- Min. 2:12 slope ❑TILE- Min. 2:12 Slope ❑METAL Min. Y.12 Standing seam Refer to FRSA Min. 1/2:12 with Lap Sealant SKYLIGHTS: ❑ YES ❑ NO Min. 3:12 without Lap Sealant (If Yes, complete page 5 with Product Approval Information) []SHINGLE/ SHAKE MANUFACTURER: BRAND/MODEL: ❑TILE MANUFACTURER: BRAND/MODEL: ❑MECHANICALLY ATTACHED WITH: SCREW(S) PER TILE OR NAIL(S) PER TILE ❑ADHESIVE SET TILE Ell '-PART ADHESIVE FOAM E12 -PART ADHESIVE FOAM ❑PATTYSIZE ----------------------------------------------------------------:------------- ---------- ❑_____.-------------- METAL ROOF MANUFACTURER: (SEE ENGINEERED DRAWINGS) GAGE: ❑5-V ❑STANDING SEAM FASTENER SPACING: ZONE -1* ZONE -2* ZONE -3* ROW SPACING: ZONE -1* ZONE -2* ZONE -3* LAP SEALANT REQUIRED: ❑ YES ❑ NO *REFER TO PAGE 1 OF THE APPLICATION FOR APPLICABLE ZONES LOW SLOPE ROOFING: For slopes less than 2:12 For One and Two Family Dwellings refer to Pressure Sheet on Page 6 for applicable roof pressures. System # shown in Miami -Dade N.O.A. or Florida Product Approval ❑MODIFIED BITUMEN []THERMOPLASTIC SINGLE -PLY []OTHER ANCHOR SHEET: FASTENER: FASTENER SPACING ROW SPACING: ❑SELF -ADHERING For Mechanical Attachment complete section below ZONE -1 ZONE -2 ZONE -1 ZONE -2 INSULATION: FASTENER SPACING: ZONE -1 ROW SPACING: ZONE -1 BASE PLY: FASTENER: FASTENER SPACING ROW SPACING : CAP PLY PRODUCT: ZONE -1 ZONE -1 FASTENER: ZONE -2 ZONE -2 ZONE -3 ZONE -3 ZONE -3 ZONE -3 ❑SELF -ADHERING For Mechanical Attachment complete section below ZONE -2 ZONE -3 _ ZONE -2 ZONE -3 ATTACHMENT: Page 3 of 9 �v INDIAN RIVER COUNTY BUILDING DEPARTMENT oz OR%�P• Applicant's Affirmation 1 affirm that I have verified that the roof components marked on roof summary pages are designed to be installed in coniunction with each other and as such meet all Miami -Dade NOA, Florida Product Approval and code requirements as a single component. Application is hereby made to obtain a permit to do the work and installations as indicated. I certify that no work or installation has commenced prior to the issuance of a permit, and that all work will be performed to meet the standards of all laws regulating construction, insurance, and worker's compensation. Properties on which earth spills or other debris falls shall be cleaned immediately. All streets, sidewalks, and curbs damaged due to this construction shall be repaired to the satisfaction of the engineering department prior to the issuance of certificate of completion. IN APPLYING FOR THIS PERMIT, I HEREBY ATTEST THAT I HAVE THE KNOWLEDGE AND UNDERSTANDING OF ALL THAT IS REQUIRED BY THE FLORIDA BUILDING CODE AND ALL LAWS AND REGULATIONS PERTAINING TO PERFORMING AND COMPLETING THIS TYPE OF WORK. Owner's Affidavit: 1 certify that all theregoing information is accurate and that all applicab a ws regu ting construction and zoning. work will be done in compliance with all Owner/ g ntgnature Contractor Signature IQr�,�1 �6• SzPytKq State of Florida, County of State of Florida, County of The foregoing instrument was acknowledge before me I The foregoing instrument was acknowledged before me day of KIAQU' 20,_011/__ )_1 By who is personally known or ❑produced identification Type of ID produced Printed Name of Notary ►12 Signature of Nota Notary Seal titi""'t;, LUANNECLARK CommIu1m#G0244341 AE PIms Navem6er 6,2022 %• ,o;; }' • 8an4ad Thu Troy fxfn lnwrm day of By 20 who is ❑personally known or ❑produced identification Type of ID produced Printed Name of Notary Signature of Notary Notary Seal 'Value: show proof of insured value of residential structure or a copy of the ad -valorem tax value, 2Commercial Roofs: Provide a roof plan with components and cladding pressures, location and size of applicable zones prepared by a Florida Licensed Engineer. A copy of the roofing material's Miami -Dade NOA or Florida Product Approval will be required with permit application. A Florida Licensed Engineer may need to data extrapolate the attachment requirements of the Product Approval to meet the components and cladding Pressures of the roof or calculate the moment connection for a tile roof system. 'Repairs: Provide a roof sketch (Page -9) showing location of the repair and % of the repair area to total roof area. •RESIDENTIAL ONLY: Roof Zone Wind Pressure sheet (see Pages 6-8 of this application) must be completed. 5RESIDENTIAUCOMMER61AL: Roof Recovering requires an inspection of the existing roof prior to work commencing. 6NOTE: ALL ROOF PERMITS REQUIRE A SKETCH TO BE SUBMITTED (SEE PAGE -9 OF THIS PERMIT PACKET) IRESIDENTIAUCOMMERICAL: If current roof covering is a lightweight system (shingle/metaUetc.) and roof covering is changing to a heavy system (tile), a Florida Licensed Design Professional must provide structural member/system verification for items such as wood or metal trusses, rafters, joists, etc. to ensure existing structural system is adequate for increased load. Page 4 of 9 INDIAN RIVER COUNTY BUILDING DEPARTMENT aZ ORI ROOFING Product Approval Affidavit Form As required by Florida Statute 553.842 and Florida Administrative Code 96-72, please provide the information and the Product approval number(s) on the Roofing components listed below. In the event that any of the listed products in this form change during construction, this form must be revised and re -stamped. The following information must be available on the jobsite for inspections: 1. This entire product approval form, stamped as "Reviewed" by the Building Department Plans Examiner. 2. Miami -Dade NOA or Florida Product Approval referenced in the product approval form. 3. A copy of the manufacture's installation instructions, details and requirements for each product. Permit Number: Address: Contractor/Applicant: Category/Subcategory Approval Manufacturer Product / Model Number Number(s) 1. Roof Sheathing Fasteners 2. Underla ment 3. Asphalt Shingles 4. Roofinq Tiles 5. Tile Adhesive 6. Tile Fasteners 7. Non -Structural Metal Roofing 8. Wood Shingles/Shakes 9. Wood Shingle/Shake Nails 10. Roofing Slate Built u roofing 11. Modified bitumen 12. Single -Ply roofing system 13. Roofing insulation Liquid Applied Roof System 14. Cements-adhesives- coatin s 15. Sprayed -on Polyurethane System Other 16. Skylight 17. Other 1 have reviewed the above components or cladding and these products provide adequate resistance to the wind loads and forces specified by current code provisions. Name: Signature: Date: Contractor License: Page 5 of 9 INDIAN RIVER COUNTY B UILDING DEPAR TMENT A Olt THESE CHARTS ARE FOR 1 & 2 Family Dwellings ONLY THESE ARE THE COMPONENTS AND CLADDING WORST CASE DESIGN PRESSURES THAT CAN BE USED TO COMPLETE PAGE -1 OF THIS APPLICATION. PLEASE NOTE THAT THE 7T" EDITION CODE NOW REFERENCES DIFFERENT ROOF TYPES (FLAT, GABLE AND HIP) AND NEW ZONES. PLEASE USE THE CHART THAT CORRESPONDS TO SPECIFIC ROOF TYPE AND SLOPE. Gable or Flat Roof 0 to 7 degrees (0-11/2:12 Pitch) Gable and Flat Roofs 1.5/12 0.6h i 2 0.6h 3 --• 0.6h i O 0.6h i 02n - - ---- - --- 3 0 Q0 ; n '-------------- ---' - n Roof Slope Zones 160 Exp 160 Exp 160 Exp > 160 Exp. 160 Exp - One Story„ Two .S.to One Story ;Two.;Story; One Story: Two Stoiry:=; Roof Slope Zone1,1' -36.1 -44.0 -53.3 -61.6 -64.7 -73.1 >0 to 1 % Zone 2 -47.7 -58.1 -70.4 -81.4 -85.5 -96.5 :12 Zone 3 -64.9 -79.1 -95.8 -110.8 -116.3 -131.4 Roof Slope Zones 150 Exp 150 Exp `150 Exp 150 Exp 150 Exp : 150 Exp: Bt B' CE: C. YD D One Story Two Sfoiry 'One:Story Two Story One Stoly- Two Stoiry .: Roof Slope Zone1,1' -31.8 -38.7 -46.9 -54.2 -56.9 -64.3 >0 to 1 % Zone 2 -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 :12 Zone 3 -57.1 -69.6 -84.3 -97.5 -102.4 -115.6 Roof coverings installed on buildings with a Mean Roof Height of 30' or less Exposures B, C or D. Table R301.2 [2] altered per R301.2.1.6 of the FBC Residential. One Story max. roof height of 15 ft., Two Story max. roof height of 30 ft. Zone 3 based on Figure R301.2 [7] 160 mph winds east of 195 and 150 mph west of 1 95, per current I.R.C. Wind speed map. Diagrams from FloridaBuilding.org, 2020 Florida Building Code, Residential, 7th Edition Page 6 of 9 V INDIAN RIVER COUNTY BUILDING DEPARTMENT a Olt Gable Roofs >7 degrees to 45 degrees (>I%:12 to 12:12 Pitch) Gable and Flat Roofs E 1.5/12 to less than 12/12------------e ®i_.______ ® ® b a= 4 Feet Roof Zones 160 Exp .160 Exp160fxp 160.Exp 160 Exp 160 Exp. Slope ` B: B. C C One .Sto. :Two Story One-Sto TwoSto One Sto Two Story >1 %:12 Zone 1,2e -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 to Zone2n,2r,3e -61.1 -74.5 -90.2 -104.3 -109.6 -123.7 41/2:12 Zone 3r -66.5 -81.0 -98.1 -113.4 -119.1 -134.7 >4 %:12 Zone 1,2e -32.3 -39.3 -47.6 -55.1 -57.8 -65.3 to Zone2n,2r,3e -51.5 -62.8 -76.0 -88.0 -92.4 -104.3 6:12 Zone 3r -55.7 -67.5 -81.7 -94.5 -99.3 -112.1 >6:12 Zone 1,2e,2r -38.1 .46.4 -56.2 -65.0 -68.3 -77.1 to Zone 2n,3r -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 12:12 Zone 3e -48.1 -58.6 -71.0 -82.1 -86.2 -97.3 Roof - Zones 150 Exp 150 'Exp 150 Exp :150 Exp 150 Ezp 150 Exp. One;Story ;,Two,Story: ;_One; Story::. Two._Story _ One; Story; . _ TwoStory >1 %:12 Zone 1,2e -36.9 -44.9 -54.4 -62.9 -66.1 -74.6 to Zone2n,2r,3e -53.7 -65.4 -79.2 -91.6 -96.2 -108.6 4 %:12 Zone 3r -58.4 -71.2 -86.2 -99.7 -104.7 -118.2 >4 %:12 Zone 1,2e -28.4 -34.6 -41.9 -48.5 -50.9 -57.5 to Zone2n,2r,3e -45.3 -55.2 -66.8 -77.3 -81.2 -91.7 6:12 Zone 3r -48.7 -59.3 -71.8 -83.1 -87.2 -98.5 >6:12 Zone 1,2e,2r -33.5 -40.8 -49.4 -57.2 -60.0 -67.8 to Zone 2n,3r -36.9 -44.9 -54.4 -62.9 -66.1 -74.6 12:12 Zone 3e 1 -42.3 -51.5 -62.4 -72.1 -75.8 -85.5 Roof coverings installed on buildings with a Mean Roof Height of 30' or less Exposures B, C or D. Table R301.2 [2] altered per R301.2.1.6 of the FBC Residential. One Story max. roof height of 15 ft., Two Story max. roof height of 30 ft. Zone 3 based on Figure R301.2 [7] 160 mph winds east of 195 and 150 mph west of 196, per current I.R.C. Wind speed map. Diagrams from FioridaBuilding.org, 2020 Florida Building Code, Residential, 7th Edition Page 7 of 9 �V INDIAN RIVER COUNTY BUILDING DEPARTMENT AZ Olt Hip Roofs >7 degrees to 45 degrees (>I%:12 to 12:12 Pitch) Hip Roofs 1.5/12 to less than 12/12 a= 4 Feet Roof Zones 160:.Exp r 160 Exp 160 Exp.:160 Exp 160 Exp 160 Exp Slope B B C C D D' One;Story` Two Story One.Story Two Story . _One Story TWO: Story ` >1 %:12 Zone 1 -38.1 -46.4 -56.2 -65.0 -68.3 -77.1 to Zone 2r -49.6 -60.4 -73.1 -84.6 -88.8 -100.3 4 %:12 Zone 2e,3 -50.2 -61.2 -74.1 -85.7 -90.0 -101.6 >4 %:12 Zone 1 -30.4 -37.0 -44.8 -51.8 -54.4 -61.5 to Zone 2e,2r,3 -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 6:12 >6:12 Zone 1 -32.3 -39.3 -47.6 -55.1 -57.8 -65.3 to Zone 2e -38.4 -46.8 -56.7 -65.6 -68.8 -77-7 12:12 Zone 2r -44.0 -53.6 -64.9 -75.1 -78.8 -89.0 Zone 3 -442 -53.8 -65.1 -75.4 -79.1 -89.4 Roof i Zones 150.Exp: ,_ 160 Exp Exp 750 Exp 150`Exp 150 Exp Slope - B B =One° Story ::_ Tw.o Story , ..One Story _ _Two ;Stgry One Story Two to >1 %:12 Zone 1 -33.5 -40.8 -49.4 -57.2 -60.0 -67.8 to Zone 2r -43.6 -53.1 -64.3 -74.4 -78.1 -88.2 41/2:12, Zone 2e,3 -44.2 -53.8 -65.1 -75.4 -79.1 -89.4 >4 %:12 Zone 1 -26.7 -32.5 -39.4 -45.5 -47.8 -54.0 to Zone 2e,2r,3 -36.9 -44.9 -54.4 -62.9 -66.1 -74.6 6:12 >6:12 Zone 1 -28.4 -34.6 -41.9 -48.5 -50.9 -57.5 to Zone 2e -33.8 -41.2 -49.9 -57.7 -60.6 -68.4 12:12 Zone 2r -38.7 -47.1 -57.0 -66.0 -69.3 -78.2 Zone 3 1 -38.9 1 -47.4 -57.4 -66.4 -69.7 -78.7 Roof coverings installed on buildings with a Mean Roof Height of 30' or less Exposures B, C or D. Table R301.2 12] altered per R301.2.1.6 of the FBC Residential. One Story max. roof height of 15 ft., Two Story max. roof height of 30 ft. Zone 3 based on Figure R301.2 17] 160 mph winds east of 195 and 150 mph west of 195, per'current I.R.C. Wind speed map. Diagrams from FioridaBuilding.org, 2020 Florida Building Code, Residential, 7th Edition Page 8 of 9 �V INDIAN RIVER COUNTY B UILDING DEPARTMENT aZ �LORIOP ROOF DIAGRAM REQUIRED FOR ALL ROOF PERMITS Residential Roofs: Provide a roof plan sketched below - to be completed by the contractor or owner -builder. Roof Plan: Illustrate all levels and sections, skylights, roof drains, scuppers, overflow scuppers and overflow drains. Include dimensions of sections and levels, clearly identify dimensions of elevated pressure zones and location of parapets. ( Use area below or provide separate sheet i.e. Property Appraiser's Sketch Page or Aerial View COMMERCIAL ROOFS - DO NOT USE THIS FORM. For Commercial Roofs provide a roof plan prepared and signed/sealed by a Florida Licensed Engineer stating wind design criteria and components and cladding pressures, location and size for zones 1, 2 and 3. NOTES: REPAIRS: PROVIDE A ROOF SKETCH SHOWING THE REPAIR AREAS AND PROVIDE DIMENSIONS AND SQUARE FOOT OF REPAIRS ALONG WITH THE TOTAL ROOF AREA. PROVIDE % OF TOTAL ROOF AREA BEING REPAIRED. FBCE 706.1.1: NOT MORE THAN 25 PERCENT OF THE TOTAL ROOF AREA OR ROOF SECTION OF ANY EXISTING BUILDING OR STRUCTURE SHALL BE REPAIRED, REPLACED OR RECOVERED IN ANY 12 -MONTH PERIOD UNLESS THE ENTIRE EXISTING ROOFING SYSTEM OR ROOF SECTION IS REPLACED TO CONFORM TO REQUIREMENTS OF THIS CODE. Page 9 of 9 Indian River County Purchasing Division 180027 th Street Page 1 of 1 Vero Beach, FL 32960,�LRI � Phone (772) 226-1416 ADDENDUM NO. 2 Date: April 16, 2021 Project Number: IRC -1764 Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Bid Number: 2021036 Bid Opening Date: Thursday, APRIL 29, 2021 at 2:00 p.m. This addendum is released to provide the minutes from the Mandatory Pre -Solicitation Conference and answer questions received to date. All information provided herein is hereby incorporated into the bid documents. The information and documents contained in this addendum are hereby incorporated in the bidding documents. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Additions to Bid Documents: Replace the previously provided Itemized Bid Schedule with the one listed in the attachments at the end of this addendum. Questions: Question: Would Soprema be an acceptable manufacturer for this project? Answer: Yes Attachments: 1. Pre-bid Meeting minutes 2. Itemized Bid Schedule F:\Public Works\ENGINEERING DIVISION PROJECTS\17641RC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Addendums\Add- 2\Bid 20210036_1 RC-1764_ADD-2_20210416.docx Page 1 of 5 Board of County Commissioners 180127th Street c Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE-BID MEETING MINUTES APRIL 14, 202110:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room Al -303 Building A INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT PROJECT No. IRC -1764 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 three (3) 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. Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Project Number: IRC -1764 Bid Number: 2021036 INTRODUCTIONS/ SIGN IN SHEET This meeting is being recorded. The meeting was called to order by Michael Heller. See attached sign in sheets for a list of attendees. This is a Mandatory Pre-bid meeting Indian River County Courthouse Roof Replacement, Bidders must sign in before 10:00 A.M. to receive credit for attending. PROJECT DESCRIPTION: The project involves the replacement of the low slope roofing assemblies of the Indian River County Courthouse, located at 200016th Avenue, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 48,750 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 - year warrantable roof system. Included with this project will be the replacement of the three (3) standing seam metal roofing assemblies located at three corners of the walkway entrances to the Indian River County Courthouse. Plans and specs are included in Addendum #1 of the bidding documents. P:\Public \Forks\ENGINEERING DIVISION PROJECTS\1.764 LRC Courthouse Roof Replacement\I- Admint.Meetings\Prel3id\iRC-1764_PREBID_iti9INS_20210414.doe Page 2 of 5 CONTRACT DETAILS Bid opening: Thursday, April 29, 2021 at 2:00 PM Contract time: 150 days to substantial completion 180 days to final completion Engineer's Estimate: $1,587,304.00 Liquidated Damages: $1,690.00 per day CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircgov.com. PROJECT CONSULTANTS: Jay Ammon Architect, Inc. UTILITIES Electrical: Craig Hansen, Jay Ammon Architect: Light fixtures on the soffit side of the walkway canopy will be removed and replaced. Mechanical System: Craig Hansen, Jay Ammon Architect, 2 chillers on the roof will need be broken down to do the flashing. One (1) chiller at a time will be taken out of service and will require weekend work. OTHER ISSUES • Bidders to review plan documents and provide comments/questions to Indian River County Purchasing Department as soon as possible. No further comments or questions will be addressed from end of business, Monday, April 19, 2021. • All areas disturbed by the Contractor will need to be restored to original conditions or better. • The building will remain open throughout the construction period. Contractor shall take all necessary precautions to contents and occupants. • The building shall be weathertight at the end of each day and when inclement weather threatens. • The Contractor shall take all necessary precautions to protect the building, exterior and grounds within the project area. • The Contractor shall have someone on call and ready to respond within 30 minutes if any leaks occur during the day. • The sequence of work shall minimize construction traffic on the new work. • The construction limits are within 10 feet maximum of buildings unless indicated otherwise. • The construction staging area shall have 8'-0" high chain link perimeter fencing. Location shall be coordinated in the field with the Owner's representative. (COVB ROW permit may be required) Southeast corner of Courthouse on street diagonal parking spots can be utilized for laydown area and dumpster or area south of parking garage. Contractor will be responsible for looking at and becoming familiar with Courthouse grounds to determine the best place for staging. I'Alublic Works\ENGLNEERING DIVISION PROJECTS\7764 IRC Courthouse Roof Replacement\l- Admin\Meetings\PreBid\IRC- l 764_PREBID_ii41NS_20210414.doc Page 3 of 5 • Work area is to remain clean and all debris to be disposed of properly. • Obtain all required Indian River County Building Department Permit(s) and inspections. Building permit has been applied for, Contractor will need to pick it up and pay for it. (See Appendix "A" for fees) • Standard work hours for this project will be 5 p.m. and 7 a.m. Monday through Friday, and weekends as needed, Saturday 10 a.m. to 7 p.m. and Sunday 7 a.m. to 5 p.m. Contractor must submit a request to the County Project Manager for proposed weekend or night work. Charges for County Staff time may apply. Weekends are available if work needs to be done on weekend chargeback for staff time will not apply. This will be reviewed on a case by case basis. PROJECT REQUIREMENTS: • Subcontractors — per Contract Documents requirements "Section 00458 — List of Subcontractors" must be completed. • Summary of required Contractor form submittals checklist (Section 00300 — Bid Package content) • Invoicing shall be submitted on monthly basis and must include release of liens and Surety's consent. SPECIFIC IRC COURTHOUSE - CONTRACTOR SITE REQUIREMENTS • Contractor must successfully pass a background check prior to authorization to work on the premises. Background must reveal no active warrants to be out on bond. • Criminal history will be evaluated on a case by case basis. • Contractor, and Contractor employees once approved, will be issued a site badge and must check in with the site supervisor or designee at the beginning and end of each workday. This will be addressed in an Addendum. • Contractor will complete a tool inventory at the beginning and end of each workday. Security deputy assigned to the detail for that day will verify tool inventory. Account for approximately 30 minutes daily to conduct tool inventory. • Contractor will have no communication with incarcerated persons unless approved by security deputy. Any violation of this rule will be grounds for having site badge revoked. • All work will be completed during hours specified above. A minimum of 48 hours notice must be given to site supervisor, project manager or designee when project work will interfere with facility operations. • Contractor will provide a project supervisor to be present anytime work is being completed. • Indian River County Sheriff's office will have a supervisor available anytime project work is being performed. HPublic \Forks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1- Admin\Meetings\Pre13 id\IRC- 1764_PREBID_MINS_20210414.doc Page 4 of 5 DISCUSSION Craig Hansen, Jay Ammon Architects discussed the general scope of the project with special mention of the standing seam roofs added as Addendum #1. Questions & Answers Question: Is there a preferred Contractor to be used for the shut down of the chillers? Answer: James Ennis Assistant Public Works Director — Trane is who the County so they would be recommended, however, bidders can use whoever they find to be most qualified to the work. The cost of this work shall be included in bid. Question: Will there be availability to visit site outside of this meeting? Answer: Yes, contact the Purchasing Division to schedule site visits. Question: What does the main roof consist of? Answer: Concrete deck, isoboard, 2 ply, and modified bitumen. Questions: Are we adding crickets? Answer: No. Deck is sloped. Question: What is the building height? Answer: 55' main roof area. Question: Can roadway be closed for crane loading of materials? Answer: 16th Ave. can be temporally closed at night for crane, if during the day, access to parking garage will need to be maintained. Contractor is responsible for submitting a Maintenance of Traffic (MOT) plan to the City of Vero Beach for approval, prior to any closure. Question: Do we need to account for the mechanical scope of work in our bids? Answer: Yes Question: Lightweight concrete is on the bid form. Answer: Itemized Bid Schedule have been revised ad is attached to this Addendum Question: Is Contractor to pour new pad for chillers? Answer: Yes. Question: Is there roof system that this designed too? Answer: Yes, Listed on the plans. Question: Is there a list of approved manufacturers'? Answer: Yes, In the specifications. Question: Does existing precast coping remain in place? Answer: Yes, warranty stops at termination. Precast joints to be waterproofed. F:\Public \Forks\ENGINEERING .DIVISION PROJEC,rs\1764IRC Courthouse Roof Replacement\1- Admin\Meetings\ Prel3 id\IRC- 1764_PREBID_MINS_20210414.doc Page 5 of 5 Question: Do chillers need to come off the roof? Answer: No. Question: Is skylight include with scope? Answer: Yes, just waterproofing. Question: What profile is the standing seam panel? And is there a manufacturer? Answer: The profile is 200 and the recommended manufacturer is in the specifications. Question: Can onsite fabrication be performed for standing seam roof panels? Answer: Needs to be bid per specifications - alternatives will be considered after award of contract. Meeting Adjourned. Group released for site visit to courthouse roof. P:\Public Works\ENGIN EKING DIVISION PROJECTS\1.764 IRC Courthouse Root'Replacement\1- Admin\Meetings' PreBid\IRC-I 764_PREBID_MINS_20210414.doc * Addendum R1 ** Addendum #2 ITEMIZED BID SCHEDULE PROJECT NAME: IRC COURTHOUSE ROOF REPLACEMENT IRC PROJECT NO. 1764 BID NO. 2021036 BIDDER'S NAME: Item No.. Desch iU � - -Tuan"'i "Unit UnitP.rice Amount , MOBILIZATION - FOR CONTRACTS OF 120 CONTRACT DAYS DURATION OR LESS, PARTIAL PAYMENT WILL BE MADE AT 50% OF THE BID PRICE PER MONTH FOR THE FIRST TWO MONTHS. FOR CONTRACTS IN EXCESS OF 120 CONTRACT DAYS DURATION, PARTIAL PAYMENT WILL BE MADE AT 25% OF THE BID PRICE PER MONTH FOR THE FIRST FOUR MONTHS. IN NO EVENT SHALL MORE THAN 50% OF THE BID PRICE BE PAID PRIOR TO COMMENCING CONSTRUCTION ON THE 1.1 PROJECT SITE 1 LS 2.1 PERMITTING SEE APPENDIX "A" 1 LS ROOF ASSEMBLY TYPE "A" LOW SLOPE ROOF AREAS: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL PRELIMINARY MEMBRANE, RIGID INSULATION, COVER BOARKD AND 2 -PLY MODIFIED BITUMEN MEMBRANE ROOFING ASSEMBLY. SEE ROOF AREA "A" PER 001 PLANS SET46,491 SF ROOF ASSEMBLY TYPE "B" RADIUS ROOFS WITH PLYWOOD DECKS: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL NEW COVER BOARD, 2 -PLY MODIFIED BITUMEN ROOFING ASSEMBLY WITH REINFORACED PMMA REINFORCED LIQUID MEMBRANE COATING. SEE ROOF AREA "B" PER PLANS SET 002 1,979 SF ROOF ASSEMBLY TYPE "C" ELEVATOR PENTHOUSE WITH CONCRETE DECK: REPLACEMENT - REMOVE EXISTING ROOF SYSTEM AND INSTALL PRELIMINARY MEMBRANE, RIGID INSULATION, COVER BOARKD AND 2 - PLY MODIFIED BITUMEN MEMBRANE ROOFING ASSEMBLY. SEE ROOF 003 AREA "C" PER PLANS SET 385 SF ROOF HATCH - REMOVE AND REPLACE - PER PLAN SET 004 1 EA ACCESS DOORS RESTORE - PER PLAN SET 005 3 EA COUNTERFLASHING STAINLESS STEEL - REPLACE - PER PLAN SET 006 1 LS EXPANSION JOINT COVER - INSTALL - PER PLAN SET 007 132 LF PRECAST CONCRETE PARAPET CAPS - RESTORE - PER PLAN SET 008 1 LS SKYLIGHTS - RESEAL - PER PLAN SET 009 1 LS GUARD RAIL FLASHINGS - REMOVE AND REPLACE - PER PLAN SET 010 1 LS CONCRETE CHILLER PAD MOTORS - TEMPORARILY DISCONNECT AND 011 REMOVE - PER PLAN SET 1 LS WALKWAY METAL ROOFS STANDING SEAM ROOF (REMOVE AND REPLACE) 012 1 LS PLASTER CEILINGS (REMOVE AND REPLACE) 013 736 SF CAN LIGHTS (REMOVE AND RESET) 014 15 EA 015 FORCE ACCOUNT 190,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL TOTAL PROJECT BID AMOUNT IN WORDS 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 SF = SQUARE FEET EA = EACH LF = LINEAR FOOT 00310-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Addendums\Add-2URC-1764IBS ADD 2 20210405 - Updated JAAI.)ds Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 3 Date: April 23, 2021 Project Number: IRC -1764 Page 1 of 2 Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Bid Number: 2021036 Bid Opening Date: Thursday, APRIL 29, 2021 at 2:00 p.m. This addendum is released to provide answers questions received to date. All information provided herein is hereby incorporated into the bid documents. The information and documents contained in this addendum are hereby incorporated in the bidding documents. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Questions/Answers: Question 1. Item # 001, 002 and 003 of Itemize Bid Schedule indicated new lightweight concrete but all other document provided indicated rigid insulation, please clarify. Answer: This has been addressed in Addendum #2 and a Revised Itemized Bid Schedule has been issued. Question 2. Item # 11 of Itemize Bid Schedule require temporarily disconnect of chiller pad motors, please provide HVAC contractor information ASAP or owner may wanted handling in-house, please clarify. Answer: The Contractor is responsible for providing a mechanical sub -contractor to perform this work. Question 3. It appears the NE loading dock is the best set up location for crane access, please confirm. Answer: The NE loading dock area or the front of the building along 16' Avenue would be appropriate areas for crane loading materials. Question 4. If exterior scaffolding access to roof permitted, please confirm. Answer: Scaffolding is an acceptable method of accessing the roof. Erecting scaffolding from the low roof will also be an acceptable option. Question S. Please clarify weekend work county staff charge if required? Answer: Due to the unique nature of this project the County will wave charges for staff time on weekends. F:\Public Works\ENGINEERING DIVISION PROJECTS\17641RC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Addendums\Add-3\IRC-1764_ADD- 3_20210423.docx Bid Number 2020029 Addendum No. 3 Page 2 of 2 Question 6. Are we responsible for the fencing around the staging area or will it be in place before the project begins? Answer: Any fencing around staging area is the responsibility of the Contractor. Contractor is responsible for acquiring any Right of Way permits from the City of Vero Beach. Question 7. Looking for clarification on this. The way I read the plans is that Roof Types A & C need 3.0" of polyiso (2 layers of 1.5") in addition to the coverboard and cap sheet. See highlighted areas on the 2 plans attached. What isn't clear and will need clarification through an RFI is which slopes are existing (see note 1.1 on sheet A2.2) and where is tapered needed, whether full taper orjust crickets (see clouded note on sheet A3.1)? This note mentions to add %" taper where indicated, but there are no areas on the roof plan that show taper or crickets. There is also no mention of taper on the detailed roof types. I think this will need to be clarified before we can provide a quote of any type as it will make a huge difference in price and layout. Architects Response: The existing structural lightweight concrete is sloped. Tapered insulation is required upslope behind curbed roof mounted equipment. Question 8. Confirm modified bitumen cap sheet granule color. Architects Response: Specification Section 075520, Page 12, Paragraph 2. (Modified Bitumen Finish Ply) has been revised from Siplast Paradiene 30FR to Siplast 30 FR TG BW (Bright White Reflective Granule). Question 9. Confirm manufacturers approval of flashing heights. Architects Response: Contractor to submit letter during the submittal phase of the project from roofing material manufacturer confirming the existing roof flashing heights will be warranted by roof material manufacturer's warranty. Question 10. Confirm roof system insulation adhesive. Architects Response: Specification Section 075520, Page 9, Paragraph D. (Modified Bitumen Finish Ply) has been revised from Siplast Para -Stick to Siplast Parafast. Attachments: 1. Revised Specification sections F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Addendums\Add-3\IRC-1764_ADD- 3_20210423.docx INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT jANU RY 26 2021 (REVISED APRIL 23, 2021) B. Base Sheet PAGE 9 SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING a. Self -Adhesive Modified Bitumen Base Ply Probase SA Base Ply C. Rigid Roof Insulation: Roof insulation shall be UL and FM approved. Insulation shall be approved in writing by the insulation manufacturer for intended use and for use with the specified roof assembly. Maintain a maximum panel size of 4 feet by 4 feet where polyisocyan u rate insulation is specified to be installed in insulation adhesive. a. Polyisocyan u rate Roof Insulation: Flat panels and tapered panels (where required) composed of a closed cell, rigid polyisocya n u rate foam core material, integrally laminated between glass fiber facers, in full compliance with ASTM C 1289, Type II, Class 1, Grade 2. The system shall have a minimum thickness of 1.5 inches and provide for a roof slope of 1/4 inch per foot. Acceptable types are as follows. Paratherm and Tapered Paratherm by Siplast; Irving, TX b. Gypsum Sheathing Panel: A panel composed of a gypsum based, non-structural water resistant core material integrally bonded with fiberglass mats on both sides having a nominal thickness of 1/2 inch. The panel surface shall be factory primed with a non -asphaltic primer. Acceptable types are as follows: DensDeck Prime Gypsum Roof Board, by Georgia Pacific Corporation; Atlanta, GA 'D. Primers, Sealants and Adhesives for Bitumen Products 1. Insulation Adhesive: A single component, moisture cured, polyurethane foam adhesive, dispensed from a portable, pre -pressurized container used to adhere insulation panels to the substrate as well to other insulation panels. X Parafast Insulation Adhesive by Siplast, Irving, TX 2. Primer: An asphalt, solvent blend conforming to ASTM D 41 requirements. Siplast PA -1125 Asphalt Primer by Siplast; Irving, TX 3. Primer for Self -Adhesive Sheets: A quick drying, low-VOC, water-based, high - tack primer specifically designed to promote adhesion of roofing and waterproofing sheets to approved substrates. Primer shall meet South Coast Air Quality District and Ozone Transport Commission requirements. TA -119 Primer by Siplast; Irving, TX INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT AN i RY 26 2024 (REVISED APRIL 23, 2021) PAGE 12 SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING i) Ultimate Elongation (avg.) @ 73°F (231C): 55% (ASTM D 5147) j) Dimensional Stability (max): 0.1 % (ASTM D 5147) k) Compound Stability (min): 250°F (121° C) (ASTM D 5147) 1) Granule Embedment (max loss): 2.0 grams per sample (ASTM D 5147) m) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) n) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria o) Surfacing: ceramic granules Siplast Paradime 30 FR TG BW B. Flashing Membrane Assembly: A flashing membrane assembly consisting of a prefabricated, reinforced, Styrene -Butadiene -Styrene (SBS) block copolymer modified asphalt membrane with a continuous, channel -embossed metal -foil surfacing. The finish ply shall conform to ASTM D 6298 and the following physical and mechanical property requirements. Siplast Veral flashing system, aluminum finish 1. Cant Backing Sheet and Flashing Reinforcing Ply a) Thickness (avg): 102 mils (2.6 mm) (ASTM D 5147) b) Thickness (min): 98 mils (2.5 mm) (ASTM D 5147) c) Weight (min per 100 ft2 of coverage): 72 Ib (3.5 kg /M2) d) Maximum filler content in elastomeric blend: 35% by weight e) Low temperature flexibility @ -15° F (-26° C) - PASS (ASTM D 5147) Y) Peak Load (avg) @ 73°F (230C): 30 Ibf/inch (5.3 kN/m) (ASTM D 5147) g) Peak Load (avg) @ 0°F (-180C): 75 Ibf/inch (13.2 kN/m) (ASTM D 5147) h) Ultimate Elongation (avg.) @ 73°F (230C): 50% (ASTM D 5147) i) Dimensional Stability (max): 0.1 % (ASTM D 5147) j) Compound Stability (min - sheet): 250°F (121°C) (ASTM D 5147) k) Compound Stability (min -adhesive coating): 212°F (100°C) (ASTM D 5147) 1) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) m) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria n) Back Surfacing: polyolefin film Siplast Paradiene 20 SA 2. Metal -Clad Modified Bitumen Flashing Sheet a) Thickness (avg): 142 mils (3.6 mm) (ASTM D 5147) b) Thickness (min): 138 mils (3.5 mm) (ASTM D 5147) c) Weight (min per 100 ft' of coverage): 92 Ib (4.5 kg /M2) d) Coating Thickness — back surface (min): 40 mils (1 mm) (ASTM D 5147) e) Low temperature flexibility @ 0° F (-18° C): PASS (ASTM D 5147) 0. Peak Load (avg) @ 73°F (230C): 85 Ibf/inch (15 kN/m) (ASTM D 5147) g) Peak Load (avg) @ 0°F (-180C): 180 Ibf/inch (31.7 kN/m) (ASTM D 5147) h) Ultimate Elongation (avg) @ 73°F (231C): 45% (ASTM D 5147) i) Tear -Strength (avg): 120 Ibf (0.54 kN) (ASTM D 5147) SECTION 00430 — Bid Bond AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." END OF SECTION Bid Bond REV 04-07 - 00430 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0 2 Bidding Documents - 20201002.docx SECTION 00452 — Sworn Statement on Disclosure of Relationships 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. 2021036 for INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT This sworn statement is submitted by: Atlantic Roofing II of Vero Beach Inc (Name of entity submitting Statement) whose business address is: 4310 45th Street Vero Beach, FL. 32967 3. My name is William Lasky Jr (Please print name of individual signing) and my relationship to the entity named above is Vice President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. Sworn Statement of Disclosure of Relationships - 00452-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids0d Documents\Master Bid Documents\DIV 0_2_Bidding Documents - 20201002.docx 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 or entity STATE OF Florida COUNTY OF Indian River Name of County Commissioner or employee Relationship (Signature) 4/29/21 (Date) Sworn to (or affirmed) and subscribed before me by means of ® physical presence or ❑ online notarization, this 29th April day of 20 21 , by William Lasky Jr (name of person making statement). ) cu& ( ignat re of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ® who is personally known to me or ❑ who has produced as identification. "arP� DEBORAH L. AUSTIN ,. Commission # GG 165615 ;e Expires January 6, 2022 Bonded Thru Troy Fain Insurance 800385.7019 Sworn Statement of Disclosure of Relationships - 00452-2 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1'-Admin\Bids\Bid Documents\Mester Bid Documents\DIV 0_2 Bldding Documents • 20201002.docx SECTION 00456 — QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. Documentation Submitted with Project No: IRC -1764 Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT 1. Bidder's Name / Address: Atlantic Roofing II of Vero Beach Inc 4310 45th Street Vero Beach, FL. 32967 2. Bidder's Telephone & FAX Numbers: 772-492-8493/772-257-5740 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CCC1326188 [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: 12 5. What is the last project OF THIS NATURE that the firm has completed? Tlndian River county Main Library 6. Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes Qualifications Questionnaire - 00456 - 1 F:\PublicWorksNENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Ad min\Bids\Bid Documents\Master Bid Documents\DIV 0 2 Bidding Documents - 20201002.docx (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: Jerry W Malivuk Date of Inspections: 4/14/21 15. Name of on-site Project Foreman: Robert M Campbell Number of years of experience with similar projects as a Project Foreman: 30 16. Name of Project Manager: Jerry W Malivuk Number of years of experience with similar projects as a Project Manager: 26 17. State your total bonding capacity: $7,000,000.00 18. State your bonding capacity per job: $3,500,000.00 19. Please provide name, address, telephone number, and contact person of your bonding company: Rita Lazarides 1000 Central Ave Suite 200 St. Petersburg FL 33705 727-209-1803 [The remainder of this page was left blank intentionally] Qualifications Questionnaire - 00456 - 2 FAPublic WorWENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 2 Bidding Documents - 20201002.docx 19. Complete the following table for SIMILAR projects: Qualifications Questionnaire - 00456 - 3 FAPublic Warks\ENGINEERING DIVISION PROJECTS\1764 IRC DOunho— Roof Replacem 61-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_2_Bidding D—nm - 20201002.do= Date Contact Person: Name/ Original Contract Final Contract Name of Project Completed Owner Email Address/Phone Amount Amount Volusia County Jail 3/28/19 County of Volusia Jennifer Ditslear Phase 1 $1,506,293.59 $1,548,816.37 jdtslear@vp1usie.org/386.626-6627 Indian River County 5/16/19 Indian River County Andrew Sobczak $1,263,655.00 $1,357,398.00 Jail Complex Reroof, asobczak@ircgov.coml772-453-3846 Coating & Repairs Utilities. Operations 3/28/18 Town of Jupiter David Rotar $189,478.00 $189,478.00 Warehouse davidr@jupiter.fi.us/561-748-2705 440 So. Beach Street Roof Replacement 5/8/20 County of Volusia °vse z@ ol�sieorg/366-246-1760 $270,431.00 $295,575.42 Majestic Theatre 7/17/18 Mike Rechter Micheal Rechter $276,200.00 $280,580.45 i ker@i ntegracorps. com1772-260£972 Health Care at 6/27/19 IBIS Building Taylor Hodes $169,940.00 $200,575.42 Tradition taylor@ibisbuild.com/561-318-8408 Partial Reroof Jensen 8/3/20 School District of Robert Moyer $386,726.00 $753,503.21 Beach High School Martin County moyerr@martin.k12.fl.us 772-260-6803 Qualifications Questionnaire - 00456 - 3 FAPublic Warks\ENGINEERING DIVISION PROJECTS\1764 IRC DOunho— Roof Replacem 61-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_2_Bidding D—nm - 20201002.do= SECTION 00458 — List of Subcontractors The Bidder MUST list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, additions, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No. IRC -1764 for INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Note: Attach additional sheets if required. * * END OF SECTION * * List of Subcontractors REV 3-18A - 00458 - 1 F:1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replaosment\1-Ad min\Bids\Bid Documents\Master Bid Documents\DIV 0_2_Bidding Documents - 20201002.docx Work to be Performed Subcontractor's Name/Address Portion of Work 1 StUCCO RB Plastering & Stucco 2030 Old dixie Hwy Suite 3 Vero Beach FL 32963 2. Electric L Walton Electric 1135 17th Street Vero Beach, FL 32960 3. Mechanical Trane 6965 Vista Parkway North West Palm Beach, FL. 33411 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Note: Attach additional sheets if required. * * END OF SECTION * * List of Subcontractors REV 3-18A - 00458 - 1 F:1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replaosment\1-Ad min\Bids\Bid Documents\Master Bid Documents\DIV 0_2_Bidding Documents - 20201002.docx SECTION 00460 — CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly 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. Name of Respondent: William La 1 By: (Authorized Signature) Title: Vice President Date: 4/29/21 Certification Regarding Prohibition Against Contracting - 00460 - 1 F1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0_2_Bidding Documents - 20201002.docx Document A310 TM - 2010 Conforms with The American institute of Architects AIA Document 310 Bid Bond CONTRACTOR: ('Name, legal slattts and addrevs) Atlantic Roofing II of Vero Beach, Inc 4310 45th Street Vero Beach, FL 32967 ) OWNER: (:'Janie, legal statrts and address) SURETY: (Name, legal status and principal place of hrtriness) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Indian River County Board of County Commissioners 1801 27th Street Vero Beach, FL 32960 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (Nance, location or address and Pr oject munber. if ant} Indian River County Courthouse Roof Replacement, Bid No. 2021036 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surct;' arc bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I ) enters into a contract with the Owner in accordance with the teens of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof. or (2) pays to the Owner the diticrcnce, not to exceed the amount of this Bond, between the autount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlimn the work: covered by said bid, then this obligation shall be null and void, otherwise to remain in till fierce and ellcel. The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver oI'notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the lime liir acceptance ol'bids specified in the bid documents, and the Ovoier and Contactor shall obtain the Surety's consent liar an extension beyond sixty (60) days. If this Bond is issued in connection with n subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the icon Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bund conflicting with said statutory or legal requirement shall be deemed deleted herel'rom and provisions collibrming to such statutory or other legal requirement shall be deemed incorporated herein. When so lirmished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 29th day of April, 2021 f/L (II'r'trres•) Rita Laza &s S-0054/AS 8110 Atlantic Roofing II of Vero Beagn Inc. (Principal) (Seal) By: TWO qlr "AlX SlvQ / Philadelphia Indemnity Insurance Company (Surety) (Seal), By: (Title)Brett Rosenhaus Attorney -in -Fact PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Brett Rosenhaus, Richard Zimmerman and Dale Allison Belis of Nielson,Rosenhaus & Associates , its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $50,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14' of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017. On this 27'h day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF nNNSVLVMM NOTARIAL SEAL Morgan Nnepp.Ndary Pu06o Notary Public: Lower Merbniwp..Montgomery CeunlY MYComm4abn Expires 3epf. 25.2021 MEMS E+rn9rl f residing at: (Notary Seal) (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27'h day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF nNNSVLVMM NOTARIAL SEAL Morgan Nnepp.Ndary Pu06o Notary Public: Lower Merbniwp..Montgomery CeunlY MYComm4abn Expires 3epf. 25.2021 MEMS E+rn9rl f residing at: (Notary Seal) My commission expires: Bala Cynwyd, PA September 25, 2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27'h day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this 29th day of April 120 21 f, 1� 111 Edward Sayago, Corporate Secretary r; PHILADELPHIA INDEMNITY INSURANCE COMPANY BOARD OF COUNTY COMMISSIONERS � G2� ORVDq' June 8, 2021 Atlantic Roofing II of Vero Beach, Inc. Attn: Mr. William Lasky Jr. 431045 th Street Vero Beach, FL 32967 wljatr@aol.com NOTICE OF AWARD Reference: Indian River County Bid No. 2021036 Indian River County Courthouse Roof Replacement via Email Dear Mr. Lasky: It is my pleasure to inform you that on June 8, 2021 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 award amount ($1,525,630.19). 2. Two Signed Copies of Enclosed Agreement. The Public Construction Bond must be executed in accordance with section 255.05(1)(a), Florida Statutes. Please submit the Bond and two fully -executed copies of the enclosed agreement to this office at the address provided below no later than June 23, 2021. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, JenniferYiyde Purchasing Manager Cc: Project Manager Office of Management and Budget • Purchasing Division 1800 27th Street, Vero Beach, Florida 329609(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Paqe ARTICLE1 -WORK ............................................................................................................2 ARTICLE2 - THE PROJECT..............................................................................................2 ARTICLE3 - ENGINEER....................................................................................................2 ARTICLE 4 - CONTRACT TIMES........................................................................................2 ARTICLE 5 - CONTRACT PRICE........................................................................................3 ARTICLE 6 - PAYMENT PROCEDURES............................................................................3 ARTICLE 7 - INDEMNIFICATION........................................................................................4 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS.......................................................5 ARTICLE 9 - CONTRACT DOCUMENTS............................................................................6 ARTICLE 10 - MISCELLANEOUS.......................................................................................7 fTHE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI Agreement (Public Works) REV 04-07 - 00520 - 1 F:\Purchasing\B1ds\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.docx SECTION 00520 - Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Atlantic Roofinq II of Vero Beach, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The project involves the replacement of the low slope roofing assemblies of the Indian River County Courthouse, located at 2000 16th Avenue, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 48,750 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT County Project Number: IRC -1764 Bid Number: 2021036 Project Address: 200016 TH AVENUE VERO BEACH, FL. 32960 ARTICLE 3 - ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. Agreement (Public Works) REV 04-07 - 00520 - 2 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.do" 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 150th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 180th calendar day after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $1,690.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,690.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.13, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ 1,525,630.19 Written Amount: One million, five hundred twenty-five thousand, six hundred thirty dollars and nineteen cents ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. Agreement (Public Works) REV 04-07 - 00520 - 3 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.docx 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain five percent (5%) of the payment amounts due to the CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. Agreement (Public Works) REV 04-07 - 00520 - 4 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.do" ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Agreement (Public Works) REV 04-07 - 00520 - 5 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.docx J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -Verify registration for all subcontractors. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-9, inclusive); 2. Notice to Proceed (page 00550-1 ; 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. Certificate of Substantial Completion ( pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. General Conditions (pages 00700-1 to 00700-37, inclusive); 9. Supplementary Conditions (pages 00800-i to 00800-12, inclusive); 10. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Specifications — By Jay Ammon Architect, Inc.); 11. Drawings consisting of a cover sheet and sheets numbered A1.1 through A4.4, inclusive, with each sheet bearing the following general title: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT; 12. Addenda (if applicable 1-3); 13. Appendices to this Agreement (enumerated as follows): Appendix A — Permits 14. CONTRACTOR'S BID (pages 00310-1 to 00310-6, inclusive); 15. Bid Bond (page 00430-1): Agreement (Public Works) REV 04-07 - 00520 - 6 F:\Purchasing\8ids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_5ection 00530Agreement.do" 16. Qualifications Questionnaire (page 00456-1 to 00456-3, inclusive); 17. List of Subcontractors (page 00458-1); 18. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 19. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); 21. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid Agreement (Public Works) REV 04-07 - 00520 - 7 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_5ection 00530Agreement.do" and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1.19, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords(c)-ircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 Agreement (Public Works) REV 04-07 - 00520 - 8 F:\Purchasing\B1ds\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.docx C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] Agreement (Public Works) REV 04-07 - 00520 - 9 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.docx 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 June 8, 2021 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: conn INDIAN RIVER COUNTY APPROVED AS TO FORM AND LEGAL SUFFIC NCY: By: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: z4di M JW,& (SEAL))-" Deputy Clerk Designated Representative: Name: James W. Ennis, P.E., PMP Title: Assistant Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1221 Facsimile: (772) 778-9391 CONTRACTOR: oui�� 1 O,r-dQo9 ;lie- Attest Address forgiving notices: g 3 1 o 1+& Thr— License No. CCG 32!01 99 (Where applicable) Agent for service of process: Designated Representative: Name: Wl(-t-f/",%% cam, :j Title: Vice- erc s, .61A- --- Address: ti -310 �s s7r Phone: Tl qcj � iggg3 Facsimile: 9 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) +++ END OF SECTION+++ Agreement (Public Works) REV 04-07 - 00520 - 10 F:\Purchasing\Bids\2020-2021 FY (2021000)\2021036 Courthouse Roof Replacement\IRC-1764_Section 00530_Agreement.docx SECTION 00550 - Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT (Insert name of Contract as it appears in the Contract Documents) Project No: IRC -1764 IRC Bid No. 2021036 You are notified that the Contract Times under the above contract will commence to run on . By that date, you are to start performing your obligations under the Contract Documents. The contract has allocated 120 calendar days for Substantial Completion of this project and 150 calendar days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) M INDIAN RIVER COUNTY (OWNER) (AUTHORIZED SIGNATURE) (TITLE) Notice to Proceed REV 04-07 00550 - 1 F1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_3_Contract Forms - 20210223.docx 3120210046686 RECORDED IN THE PUBLIC RECORDS OF JEFFREY R SMITH, CLERK OF COURT Public Work INDIAN RIVER COUNTY FL F.S. Chapter 255.05 (1)(a)BK: 3438 PG: 584 Page 1 of 3 6/28/2021 3:55 PM Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: PB12270900392 CONTRACTOR NAME: Atlantic Roofing II of Vero Beach, Inc. CONTRACTOR ADDRESS: 4310 45th Street Vero Beach, FL 32967 CONTRACTOR PHONE NO: 772-492-8493 SURETY COMPANY NAME: Philadelphia Indemnity Insurance Company SURETY PRINCIPAL One Bala Plaza East, Suite 100 BUSINESS ADDRESS: Bala Cvnwvd, PA 19004-1403 SURETY PHONE NO: 610-206-7836 OWNER NAME: Indian River County OWNER ADDRESS: 1800 27th Street Vero Beach, FL 32960 OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $1,525,630.19 CONTRACT NO: 2021036 (If applicable) DESCRIPTION OF WORK: Indian River County Courthouse Roof Replacement PROJECT LOCATION: 2000 16th Avenue, Vero Beach, FL 32960 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. Public Construction Bond - 00610 - 2 F'.\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof ReplacemenIM-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_3_Contract Forms - _._ 20210223.docx PUBLIC CONSTRUCTION BOND Bond No. PB12270900392 (enter bond number) Atlantic Roofing II Philadelphia Indemnity BY THIS BOND, We of Vero Beach, Inc. , as Principal and Insurance Company a corporation, as Surety, are bound to Indian River County , herein called Owner, in the sum of $1,525,630.19 , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated June 8. 2021 , between Principal and Owner for construction of Indian River County Courthouse Roof Replacement, the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON June 21, 2021 Philadelphia Indemnity Insurance Company (Name of Surety) By UPI Brett Rosenhaus, Attorney -in -Fact & Florida Licensed Agent , Public Construction Bond - 00610 - 3 FAPublic WorksTNGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid.Documents\Master Bid Documents\DIV 0 3 Contract Forms - 20210223.docx PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Brett Rosenhaus Richard Zimmerman and Dale Allison Bells of Nielson Rosenhaus & Associates its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $50,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE. COMPANY on the 14"' of November, 201.6. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Comptmy may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WIIEREOF, PI-IILADELPfIIA INDEb1NITY INSURANCE COMPANY MAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUITIORILED OFFICE THIS 27"" DAY OF OCTOBER, 2017. 1, Edward Sayago, Corporate Secretary of PHI1..A.DELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27"' day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President ofPl11LADELPHIA INDEMNITY INSURANCE COMPANY. In 'Testimony Whereof I have Subscribed my name and affixed the facsimile seal of each Company this 21 St day of June > L0 21 `i Edward Sayago, Corporate Secretary , sr� b t 0" PIIILADELPIIIA INDEMNITY 1NSUILkNCE COMPANY (Seal)T _. Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 271" day of October, 2017, before me came the individual who executed the preceding instrurnent, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHIL,ADF,L,PHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. C0MMqNWg&Th OF PENNV I Morgan Knepp: Nalary PPbGn Tn Lower Merton Notary Public. fwp..MnnlgomcryC.21 AIYCommiuionExPUna Sapt. t5.2g2t WSR AMN TqN Oi ra) 1 residing at: Bala Cynwyd, PA (Notary Seal) My commission expires: September 25 2021_,.. _ 1, Edward Sayago, Corporate Secretary of PHI1..A.DELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27"' day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President ofPl11LADELPHIA INDEMNITY INSURANCE COMPANY. In 'Testimony Whereof I have Subscribed my name and affixed the facsimile seal of each Company this 21 St day of June > L0 21 `i Edward Sayago, Corporate Secretary , sr� b t 0" PIIILADELPIIIA INDEMNITY 1NSUILkNCE COMPANY ACORO0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 6/29/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Wallace Welch &Willingham, Inc. 300 1 st Ave. So., 5th Floor Saint Petersburg FL 33701 CONTACT NAME: Certificates/Commercial Lines PHONE FAX . 727-522-7777(AIC,Not: 727-521-2902 ADDRESS: certificates@w3ins.com INSURERS AFFORDING COVERAGE NAIC # 6/29/2021 INSURERA: United Specialty Ins. Co. 12537 EACH OCCURRENCE $1,000,000 INSURED ATLAROO-01 INSURER B: Auto -Owners Insurance Company 18988 Atlantic Roofing II of Vero Beach Inc Atlantic Metal II of Vero Beach Inc INSURERC: INSURER D: 4310 45th St Vero Beach FL 32967 INSURER E: INSURER F: AUTOMOBILE X X IAUTOS COVERAGES CERTIFICATE NUMBER: 930820518 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IPOLICY LTR TYPE OF INSURANCE iNsp wvr) POLICY NUMBER MM DDMfYY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FKOCCUR Y ATN2158246 6/29/2021 6/29/2022 EACH OCCURRENCE $1,000,000 DAMAGE SI RENTED PREMISES Ea ocourtenoe $ 50,000 MED EXP (Any one person) $ 0 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � JE T LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X IAUTOS LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED X NON -OWNED ONLY AUTOS ONLY Y 53-418940-00 6/29/2021 6/29/2022 COMBINED SINGLE LIMIT $1,000,000 Ea accident BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ D $ PROPERTYAMAGE Per accident A X UMBRELLALIAB EXCESS LIAB X OCCUR CLAIMS -MADE BTN2127639 6/29/2021 6/29/2022 EACH OCCURRENCE $1,000,000 _ AGGREGATE $ 1,000,000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA PER OTH. STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Indian River County is additional insured with respect to General Liability and Auto Liability if required by written contract subject to terms, conditions, and exclusions of the policy. CERTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Indian River County 1801 27th Street AUTHORIZED REPRESENTATIVE Vero Beach FL 32960 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Agency Code 12-0395-00 Policy Number 53-418940-00 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION II - COVERED AUTOS LIABILITY COVER- AGE is amended. The following provision is added. Any person or organization is an insured for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an insured under SECTION I) - COVERED AUTOS LIABILITY COVER- AGE, A. COVERAGE, 1. Who Is An Insured. All other policy terms and conditions apply. 58504 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 58583 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER PAYMENTS (WAIVER OF SUBROGATION) - BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V CONDITIONS, A. LOSS CONDITIONS is amended. S. Our Right to Recover Payments is de- leted and replaced by the following condition. S. Our Right to Recover Payments If we make a payment under this policy and the per- son to or for whom payment is made has a right to recover damages from another, we will be entitled to that right. That person shall do everything neces- sary to transfer that right to us and do nothing to prejudice it. However, we waive our right to recover payments made for bodily injury or property damage: a. Covered by the policy; and b. Arising out of the operation of autos covered by the policy, in accordance with the terms and conditions of a written contract between you and such person or entity only if such rights have been waived by the written con- tract prior to the accident or loss which caused the bodily injury or property damage. All other policy terms and conditions apply. 58583 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: ATN2158246 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization (s): Location And Description Of Completed Operations Blanket as required by written contract, fully Any and All Locations executed prior to the named insured's work. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products - completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 SECTION 00622 - Contractor's Application for Payment INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Project No.: IRC -1764 Bid No.: 2021036 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2): $ 4. Total completed and stored to date: $ 5. Retainage (per Agreement): 5% of completed Work: % of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 MINUS 7): 1 CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; Contractor's Application for Partial Payment - 06-09 rev - 00622 - 1 F1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentskMaster Bid Documents\DIV 0 3 Contract Forms - 20210223.docx 2. Updated Construction Schedule per Specification Section 01310. Dated STATE OF COUNTY OF By: Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20 , by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. Please remit payment to: Contractor's Name: Address: [The remainder of this page was left blank intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTSN17641RC Courthouse Roof Replacement\1-Admin\Bids0d Documents\Master Bid Documents\DIV 0 3 Contract Forms - 20210223.docx SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, Page 3 of 5 a corporation, in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary STATE OF FLORIDA COUNTY OF INDIAN RIVER Corporate Surety Business Address BY: Print Name: Title: (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of , 20 Notary Public, State of My Commission Expires: [The remainder of this page was left blank intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_3_Contract Forms - 20210223.docx Page 4 of 5 CERTIFICATION OF PROJECT MANAGER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE [The Remainder of This Page Was Left Blank Intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 4 F1Pub1ic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 -3 -contract Forms - 20210223.docx Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): Contractor's Application for Partial Payment - 06-09 rev - 00622 - 5 F:\PublicWorks\ENGINEERING DIVISION PROJECM1764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_3_Contract Forms - 20210223.docx . r r O Z U �_ a o cap Z Z .y U Q" 0�Q U 'o Q w d aai LU > a)T Z Q 4m J a p o o 0 0 o 0 O 0 o 0 0 0 0 0 O ~ O0 p p Yio Hog 1- W S U to ZE JLL ~ O m F W D F 7 w Q ', F J a w a Wp UUn Q w p w z a Q 0 Hill I I w � a Qo a H: Hc iw O aw a F ° J Foy zwU FQ a w wa w d z w J 0 F- c w d Ew�., n� j Q' O IL a �,, Q F� cn U U U w %0 Q C7 O > a Q a W H z p 7U.l z w of�;) F" 0 Q o O F m F F O Q d cOi, a C a Qp G � o c O W a a Z, D a Qo yo 0 c oQ u} F WJ aa - z ¢ a Ci W C J O o o Q E G C > a D W J CI J w a o J 0 U c 0 y � y J 7 Q w C C Q J H O c0 z Z O u H j vO D Q N d y o u o LL m z PAGE 00622-6 SECTION 00630 - Certificate of Substantial Completion Date of Issuance: .20 OWNER: Indian River County CONTRACTOR: CONTRACT FOR: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Project No.: IRC -1764 Project Description: The project involves the replacement of the low slope roofing assemblies of the Indian River County Courthouse, located at 2000 161 Avenue, Vero Beach, FL 32960. The project includes the removal and disposal of the existing roof system (approximately 48,750 square feet) including flashings and sheet metal down to the existing light weight insulating concrete deck. The existing roof system will be replaced with a new modified bitumen roofing assembly to provide a complete, watertight, 20 -year warrantable roof system. OWNER's Bid No. 2021036 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To: And To: OWNER CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 calendar days of the above date of Substantial Completion. Certificate of Substantial Completion REV 04-07 - 00630 - 1 F:\PublicWorkskENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DN 0_3_Contrad Forms - 20210223.docx The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: ENGINEER: By: (Authorized Signature) (Date). CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: M (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION * * Certificate of Substantial Completion REV 04-07 - 00630 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DN 03 Contract Forms - 20210223.docx SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT PROJECT NO: IRC -1764 STATE OF _ COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of ,20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. Contractor's Final Certification of the Work - 00632-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documentswaster Bid Documents\DIV 0-3—Contract Forms - 20210223.docx 5. The Work is complete and ready for final acceptance by the OWNER. 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Contractor) M STATE OF COUNTY OF (Corporate Seal) Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20 , by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. + + END OF SECTION + + Contractors Final Certification of the Work - 00632-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0-3—Contract Forms - 20210223.docx DIV 0-3—Contract Forms - 20210223.docx - 00634 - 1 F:\PublicWorksXENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0 3 Contract Forms -20210223.docx SECTION 00800 - SUPPLEMENTARY CONDITION TO THE GENERAL CONDITIONS Table Of Content Article Title Page Number SECTION 00800 - SUPPLEMENTARY CONDITION TO THE GENERAL CONDITIONS ......................... 1 TableOf Content.......................................................................................................................... 1 SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS .................... 2 SC -1.00 Introduction...........................................................................................................................2 SC -1.01 Defined Terms.......................................................................................................................2 SC -1.02 Terminology...........................................................................................................................2 SC -2.05 Before Starting Construction.................................................................................................2 SC -2.06 Preconstruction Conference.................................................................................................2 SC -3.06 Coordination of Plans, Specifications, and Special Provisions..............................................3 SC -4.02 Subsurface and Physical Conditions......................................................................................4 SC -5.01 Performance, Payment and Other Bonds.............................................................................4 SC -5.03 Certificates of Insurance........................................................................................................4 SC -5.04 CONTRACTOR's Liability Insurance........................................................................................4 SC -5.05 OWNER's Liability Insurance.................................................................................................5 SC -5.06 Property Insurance........'.......................................................................................................5 SC -5.07 Waiver of Rights....................................................................................................................6 SC -5.08 Receipt and Application of Insurance Proceeds....................................................................7 SC -5.09 Acceptance of Bonds and Insurance; Option to Replace......................................................7 SC -6.02 Labor; Working Hours...........................................................................................................7 SC -6.06 Concerning Subcontractors, Suppliers, and Others..............................................................7 SC -6.08 Permits..................................................................................................................................7 SC -9.05 Authorized Variations in Work..............................................................................................8 SC -11.01 Cost of the Work...............................................................................................................8 SC -13.03 Test and Inspections..........................................................................................................8 SC -13.05 OWNER May Stop the Work..............................................................................................8 SC -13.07 Correction Period...............................................................................................................9 SC -14.02 Progress Payments............................................................................................................9 SC -14.04 Substantial Completion...................................................................................................10 SC -14.07 Final Payment..................................................................................................................10 SC -15.01 OWNER May Suspend Work............................................................................................10 SC -15.02 OWNER May Terminate For Cause..................................................................................11 SC -15.04 CONTRACTOR May Stop Work or Terminate..................................................................11 SC -16 Dispute Resolution..............................................................................................................12 SC -16.02 Mediation........................................................................................................................12 SC -17 Miscellaneous......................................................................................................................12 SC -17.06 Liens.................................................................................................................................12 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ Supplementary Conditions - 00800-1 F:\Public Works\ENGINEERING DIVISION PROJECTS11764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 5 Conditions of the Contract - 20201002.docx IRC -1764 SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC -1.00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. SC -1.01 Defined Terms SC -1.01.A.20 Add the following language to the end of GC 1.01.A.20. ENGINEERS's Consultant: Jay Ammon Architect, Inc. SC -1.01.A.21. Delete paragraph GC 1.01.A.21 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.0.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install" shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use. SC -2.05 Before Starting Construction SC -2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its place: C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. SC -2.06 Preconstruction Conference SC -2.06 Delete paragraph GC -2.06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Manager will call a preconstruction conference at a place the ENGINEER Supplementary Conditions - 00800-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_5_Conditions of the Contract - 20201 D02.docx IRC -1764 designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2.05.6, procedures for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the MOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings Supplementary Conditions - 00800-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 5 Conditions of the Contract-- 20201002.docx IRC -1764 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: D. Reports and drawings itemized in SC -4.02.0 are not included with the Bidding Documents. Copies may be examined at Indian River County Administration Building, Public Works, 180127th Street, Vero Beach, FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents. SC -5.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04.8: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. Supplementary Conditions - 00800-4 FAPublic Works\ENGINEERING DIVISION PROJECTS11764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_5 Conditions of the Contract - 20201002.docx IRC -1764 2. Commercial General Liability: Coverage shall provide minimum. limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Premises/Operations b. Products/Completed Operations C. Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground. Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Owned Autos b. Hired Autos C. Non -Owned Autos. 4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work 5. Special Requirements: a. Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability and Auto Liability. C. The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have Best's Rating of A -VII or better. D. Additional Insureds: In addition to "Indian River County, Florida," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. N/A SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. Supplementary Conditions - 00800-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids0d DocumentsWlaster Bid Documents\DIV 0 5 Conditions of the Contract - 20201002:docx IRC -1764 SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a. Indian River County, Florida Supplementary Conditions - 00800-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Nlaster Bid Documents\DIV 0 5 Conditions of the Contract - 20201002.docx IRC -1764 SC -5.07 Waiver of Rights SC -5.07 Delete GC -5.07 (paragraphs A, 8, and Q in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5.08 Delete GC -5.08 (paragraphs A and 8) in its entirety. SC -5.09 Acceptance of Bonds and Insurance; Option to Replace SC -5.09 Delete GC-5.09(paragraph A)in its entirety. SC -6.02 Labor; Working Hours SC -6.02.8. Add the following paragraphs immediately after paragraph GC -6.02.8: Regular working hours will be restricted to between 5 p.m. and 7 a.m. Monday through Friday, and weekends as needed, Saturday 10 a.m. to 7 p.m. and Sunday 7 a.m. to 5 p.m. 1. excluding Indian River County Holidays. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No work shall commence before 5 p.m. on week days or before 10 a.m. on Saturdays except in case of emergency upon specific permission of the ENGINEER. SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06.C. OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix A): Indian River County Buildina Department Re -Roof Permit #2021030954 Supplementary Conditions - 00800-7 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0 5 Conditions of the Contract - 20201002.docx IRC -1764 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item in which the work is most closely associated with. SC -9.05 Authorized Variations in Work SC -9.05.A. Delete the second sentence in paragraph GC -9.05.A in its entirety. SC -11.01 Cost of the Work SC -11.01.A.1. Delete paragraph GC -11.01.A.1 in its entirety, and insert the following sentences in its place: CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC -2.06.6) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13.03.6. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in its place: OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.13 shall be paid as provided in said paragraph 13.04.6; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May $top the Work SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its place: Supplementary Conditions - 00800-8 F:\PublicWorkskENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 5 Conditions of the Contract - 20201002.docx IRC -1764 A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. SC -13.07 Correction Period SC -13.07A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. if within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its place B. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. SC -14.02 Progress Payments SC -14.02.6.5. Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.6.5. Add the following sentences at the end of paragraph GC -14.02.8.5: e. OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due Supplementary Conditions - 00800-9 F1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0 —5—Conditions of the Contract - 20201002.docx IRC -1764 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC -14.04 Substantial Completion SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions, delete the remainder of paragraph 14.04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.0413 Add the following new paragraph immediately after paragraph GC 14.048: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees SC -14.07 Final Payment SC -14.07.C.1. Delete paragraph GC -14.07.0.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due Payment shall be made by OWNER to CONTRACTOR according to the "Local Government Prompt Payment Act" , Florida Statutes section 218.70, et. seq. SC -15.01 OWNER May Suspend Work SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its place: Supplementary Conditions - 00800-10 F1Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0 5 Conditions of the Contract - 20201002.docx IRC -1764 CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such Work suspension. SC -15.02 OWNER May Terminate For Cause SC -15.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after paragraph GC - 15.02.A.4: CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of Dewatering Water From the Construction Site." CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers. CONTRACTOR certifies that it and its related entities 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 its related entities as defined above 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. OWNER may terminate this Contract if CONTRACTOR 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. OWNER may terminate this Contract if CONTRACTOR, 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. SC -15.04 CONTRACTOR May Stop Work or Terminate SC -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A: SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: Supplementary Conditions - 00800-11 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids0d DocumentsWaster Bid Documents\DIV 0_5_Conditions of the Contract - 20201002.docx IRC -1764 SC -16 Dispute Resolution SC -16.02 Mediation SC -16 Add the following new paragraph immediately after paragraph GC -16.01. SC -16.02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19th Judicial Circuit in Indian River County unless delay in initiating mediation would irrevocably prejudice one of the parties. The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed. SC -17 Miscellaneous SC -17.06 Liens Add the following new paragraphs immediately after paragraph GC17.05: SC -17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens maybe filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subiect to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub -subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit -claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. ++END OF SUPPLEMENTARY CONDITIONS++ Supplementary Conditions - 00800-12 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 0 5 Conditions of the Contract - 20201002.docx Division 1— General Requirements, IRC -1764 DIVISION 1- GENERAL REQUIREMENTS DIVISION 1- GENERAL REQUIREMENTS SECTION 01009 - SPECIAL PROVISIONS SECTION 01024 - FORCE ACCOUNT SECTION 01091- REFERENCE STANDARDS SECTION.01215 - GENERAL QUALITY CONTROL SECTION 01220 - PROGRESS MEETINGS SECTION 01310 - CONSTRUCTION SCHEDULES SECTION 01340 - SUBMITTAL OF SHOP DRAWINGS SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 01541 - PROTECTION OF THE WORK AND PROPERTY SECTION 01550 - ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT SECTION 01611- STORAGE OF MATERIAL AND EQUIPMENT SECTION 01630 - SUBSTITUTIONS SECTION 01710 - SITE CLEANUP AND RESTORATION SECTION 01820 - POST FINAL INSPECTION F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01009 - SPECIAL PROVISIONS 1.1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. B. Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule. If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take such steps as may be necessary to improve progress, all without additional cost to the OWNER. The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions, SC -6.02. C. All salvageable material and equipment for which specific use, relocation or other disposal is not specifically noted, shall remain the property of the OWNER and shall be delivered to the OWNER at the following location: 4550 41St Street, at the CONTRACTOR's expense. All material and equipment not in salvageable condition, as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR, at the CONTRACTOR's expense. D. In addition to these Specifications all work- must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. + + END OF SECTION + + Special Provisions - 01009-1 R\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -1764 SECTION 01024 - FORCE ACCOUNT 1.1 GENERAL A. CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work -not covered on the Contract Drawings. The force Account is intended as a contingency for unforeseen work. , 1.2 PAYMENT A. Lump sum amount for force account work is included in the bid schedule. The value of force account work will be determined in accordance with Article 12 of the General Conditions. + + END OF SECTION + + Force Account - 01024-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -1764 SECTION 01091- REFERENCE STANDARDS 1.1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body, it shall be construed to mean the latest standard, code, specification or tentative specification adopted and published at the date of advertisement for bids, unless noted otherwise in the Technical Specifications or on the Drawings. When a reference standard is specified, comply with requirements and recommendations stated in that standard, except when they are modified by the Contract Documents, or when applicable laws, ordinances, rules, regulations or codes establish stricter standards. The list of specifications presented in Paragraph B is hereby made a part of the Contract, the same as if repeated herein in full. B. Reference to a technical society, organization, or body may be made in the Specifications by abbreviations, in accordance' with the following list: " AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED.SPEC. Federal Specifications CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration Reference Standards - 01091-1 F:\PublicWorksXENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAI REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. SSPC Steel Structures Painting Council, SJRWMD St. Johns River Water Management District C. When no reference is made to a code, standard or specification, the standard specifications of ASTM, FDOT, or ANSI shall govern. D. In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard, the more stringent requirement prevails. + + END OF SECTION + + Reference Standards - 01091-2 F:\Public WorksIENGINEERING DIVISION PROJECTS11764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx i Division 1—General Requirements, IRC -1764 SECTION 01215 - GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control" includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance. 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre -qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards. 1.4 PRODUCT DELIVERY -STORAGE -HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. General Quality Control - 01215-1 F:\PublicWorkskENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 1.5 PROJECT PHOTOGRAPHS/VIDEOS A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) -All existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. 10) Payment — No additional payment will be made for this work. + + END OF SECTION + + General Quality Controf - 01215-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01220 - PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + Progress Meetings - 01220-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids0d Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01310 - CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. B. Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1. Major changes in scope. 2. Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors. 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. Construction Schedules - 01310-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -1764 1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER, distribute copies of the approved initial schedule and all reviewed revisions (updated) to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. 4. OWNER (two copies). 5. ENGINEER B. In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing, any problems anticipated by the projections shown in the schedules. + + END OF SECTION + + Construction Schedules - 01310-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01340 - SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. B. Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings. 1.3 PRODUCT DATA 1. A. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. Product data are further defined in Article 6.17, Section.00700. B. Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C. Clearly mark catalog sheets, brochures, etc., to identify pertinent materials, products, or models. 1.4 SAMPLES A. Samples are physical examples to illustrate materials, equipment, or workmanship and to establish standards by which work is to be evaluated. Samples are further defined in Article 6.17, Section 00700. Submittal of Shop Drawings - 01340-1 F:\Pubfic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. Submittal of Shop Drawings - 01340-2 F:\PublicWorkskENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number \ 4. Transmittal Number S. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] Submittal of Shop Drawings - 01340-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx I• Contractor: Division 1— General Requirements, IRC -1764 CONTRACTOR SUBMITTALS SUBMITTAL NO. Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT Project No.: IRC -1764 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub -Contractor: Remarks: ********************************************************** Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: ********************************************************** IRC Engineering Division 180127th Street Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File Date Rec'd from Contractor. Date Ret'd to Contractor_ No. Copies Ret'd Submittal of Shop Drawings - 01340-4 P:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 202010024ocx Division 1—General Requirements, IRC -1764 E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of two (2) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 81/2 -inch x 11 -inch). H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Noted 3. NOT Approved - Resubmit If a submittal is acceptable, it will be marked "Approved" or "Approved as Noted". One (1) electronic copy of the submittal will be returned to CONTRACTOR. J. Upon return of a submittal marked "Approved" or "Approved as Noted", CONTRACTOR may order, ship or fabricate the materials included on the submittal, provided it is in accordance with the corrections indicated. K. If a submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with following notation, "NOT Approved - Resubmit". L. Upon return of a submittal marked "NOT Approved - Resubmit", make the corrections indicated and repeat the initial approval procedure. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. M. Work shall not be performed nor equipment installed without an ENGINEER "Approved" or "Approved as Noted" Shop Drawing. N. Submit Shop Drawings well in advance of the need for the materia `I or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved. CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment requiring Shop Drawings which have not yet received approval by the ENGINEER shall not be installed on the project. Materials or equipment will not be included, in periodic progress payments until approval thereof has been obtained in the specified manner. Submittal of Shop Drawings'- 01340-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 P. ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this, for the Shop Drawings being revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back -charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a 'previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back - charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + Submittal of Shop Drawings - 01340-6 FAPubfic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\t-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -1764 SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their. improper construction, maintenance or operation. C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. Construction Facilities and Temporary Controls - 01520-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 B. TEMPORARY SANITARY FACILITIES 1. Provide temporary toilet facilities separate from the job office. Maintain . these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. Properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + Construction Facilities and Temporary Controls - 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DN 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01541- PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS CONTRACTOR's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. Protection of the Work and Property - 01541-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -1764 B. Do not store or park materials or equipment within the drip line of trees that are to remain. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. , D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. Irrigation systems partially within the right-of-way and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes,, chambers, electrical conduits, tunnels and other existing subsurface work located within or adjacent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been Protection of the Work and Property - 01541-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\13ids0d Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24- hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7. Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents, ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions. Protection of the Work and Property - 01541-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 B. Surface Structures: 1. Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface. Surface structures include, but are not limited to, buildings, tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles, wires, posts, signs, markers, curbs, walks and all other facilities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall 'be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed, however, and it shall be this CONTRACTOR's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities. Protection of the Work and Property - 01541-4 F1Pub1ic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids0d Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B. The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing. CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + Protection of the Work and Property - 01541-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01550 - ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Docu= ments. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. + + END OF SECTION + + Access Roads, Parking Areas and use of Public Streets - 01550-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary, to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, u6opened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. G. Immediately on delivery, Contractor shall inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. Transportation and Handling of Materials and Equipment - 01610-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx F Division 1— General Requirements, IRC -1764 1.3 PRODUCT HANDLING A. Provide equipment and personnel necessary to handle products, including those provided by OWNER, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or -otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or overstressing. D. Lift heavy components only at designated lifting points. E. Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. + + END OF SECTION + + Transportation and Handling of Materials and Equipment - 01610-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\13id DocumentsWaster Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx B Division 1— General Requirements, IRC -1764 SECTION 01611- STORAGE OF MATERIAL AND EQUIPMENT 1.1 GENERAL A. Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications. B. Make all arrangements and provisions necessary for the storage of materials and equipment. Place all excavated materials, construction equipment, and materials and equipment to be incorporated into the Work, so as not to injure any part of the, Work or existing facilities, and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. Arrange storage in a manner to provide easy access for inspection. C. Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER. D. Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work, including proper protection against damage by extreme temperatures and moisture. E. Do not use lawns, grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises. F. CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G. Do not open manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified. H. When appropriate store materials on wood blocking so there is no contact with the ground. + + END OF SECTION + + Storage of Material and Equipment - 01611-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid DocumentsWaster Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01630 - SUBSTITUTIONS 1.1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6.05, "Substitutes and Or -Equals," of the General Conditions, and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufac- turers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers - a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and test data, and reference standards. C. Samples, if appropriate. Substitutions - 01630-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and determined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E. If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 4. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. Substitutions - 01630-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is used, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + Substitutions - 01630-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1aoement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -1764 SECTION 01710 - SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment,and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new -appearing condition. G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. Site Cleanup and Restoration - 01710-1 F:\PublicWorksXENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Rep1acement\1-Ad6n\Bids\Bid Documents\Master Bid Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 , H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. 1. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER, and CONTRACTOR shall review the site with regards to site cleanup and restoration. Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER, at no additional expense. + + END OF SECTION + + Site Cleanup and Restoration - 01710-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -1764 SECTION 01820 - POST FINAL INSPECTION 1.1 GENERAL A. Approximately one year after Final Completion, the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection. B. Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with the applicable sections of Article 13, General Conditions. C. After the inspection, the OWNER will inform the CONTRACTOR of any corrections required to release the an payment bond . gvb �ltr� + + END OF SECTION + + Post Final Inspection - 01820-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx IRC -1764 SECTION 00942 - Change Order. Form No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR. Project: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT OWNER's Project No. IRC -1764 OWNER'S Bid No. 2021036 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ Net Increase (Decrease) from $ previous Change Orders No. to Contract Price prior to this Change $ Order: Net increase (decrease) of this $ Change Order: Contract Price with all approved $ Change Orders: ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time: (days or dates) Substantial Completion: Final Completion: Net change from previous Change Orders No. to (days) Substantial Completion: ,Final Completion: Contract Time prior to this Change Order: (days or dates) Substantial Completion: Final Completion: Net increase (decrease) this Change Order: (days or dates) Substantial Completion: Final Completion: Contract Time with all approved Change Orders: (days or dates) Substantial Completion: Final Completion: RECOMMENDED: By: ENGINEER (Signature) APPROVED: By: OWNER (Signature) Change Order Form — 00942 FAPublic Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1'-Admin\Bids\Bid Documents\Master Bid Documents\DN 0_6_Conditions of the Contract . 20201002.docx SECTION 00948 - Work Change Directive DATE OF ISSUANCE: EFFECTIVE DATE: IRC -1764 No. OWNER: Indian River County CONTRACTOR Project: INDIAN RIVER COUNTY COURTHOUSE ROOF REPLACEMENT OWNER's Project No. IRC -1764 OWNER'S Bid No. 2021036 You are directed to proceed promptly with the following changes: Description: Reason for Change Order: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices Q"Unit Prices ❑ Lump Sum II Other: 0 By Change Order: Method of determining change in Contract Times Q Contractor's Records R Engineer's Records Other: Q By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. ACCEPTED: By: CONTRACTOR (Signature) Date: RECOMMENDED: By: ENGINEER (Signature) Date: ** END OF SECTION** APPROVED: By: OWNER (Signature) Date: Work Change Directive — 00948 F:\Public Works\ENGINEERING DIVISION PROJECTS\1764 IRC Courthouse Roof Replacement\1-Admin\Bids\Bid Documents\Master Bid Documents\DIV 0_6_Conditions of the Contrail 20201002.docx CONSTRUCTION DOCUMENTS TECHNICAL SPECIFICATIONS FOR THE INDIAN RIVER COUNTY COURTHOUSE LOW SLOPE ROOFING REPLACEMENT PROJECT IRC - 1764 January 25, 2021 PREPARED FOR: INDIAN RIVER COUNTY, FLORIDA <daoj�l a -74r PREPARED BY: Z Z�Zi ■■N■ JAY AMMON ARCHITECT, INC. 3246 LAKEVIEW OAKS DRIVE • LONGWOOD, FLORIDA 32779 - FAX (407) 333-4686. OFFICE (407) 333-1977 INDIAN RIVER COUNTY - COURTHOUSE PAGE 1 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 000001 JANUARY 25, 2021 TABLE OF CONTENTS INDEX TO PROJECT MANUAL THE CONTRACTOR IS REQUIRED TO COMPARE THIS PROJECT MANUAL WITH THE INDEX BELOW FOR COMPLETENESS. IF ANY PAGES ARE MISSING OR ILLEGIBLE IT IS THEIR RESPONSIBILITY TO REQUEST REPLACEMENTS FROM THE ARCHITECT. DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS SECTION 00001 TABLE OF CONTENTS SECTION 00002 DRAWING LIST SECTION 00005 A/E'S OF RESPONSIBILITY DIVISION 1 - GENERAL REQUIREMENTS (See Volume 1 Project Manual for Owner Provided Division 1 Requirements) DIVISION 2 - SITE WORK SECTION 024119 SELECTIVE DEMOLITION DIVISION 3 - NOT USED DIVISION 4 - NOT USED DIVISION 5 - NOT USED DIVISION 6 -WOOD AND PLASTICS SECTION 061000 ROUGH CARPENTRY DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING SECTION 076200 SHEET METAL FLASHING AND TRIM SECTION 079200 JOINT SEALANTS DIVISION 8 - 32 - NOT USED INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 CONTRACT DRAWINGS: SHEET PAGE 1 SECTION 000002 DRAWING INDEX NUMBER: SHEET TITLE: REVISION: ISSUE DATE: AD1.1 COVER SHEET 0 25 JAN 2021 A1.1 SYMBOLS, ABBREVIATIONS 0 25 JAN 2021 AND CODE INFORMATION A1.2 GENERAL NOTES 0 25 JAN 2021 A1.3 SCOPE OF WORK 0 25 JAN 2021 A1.4 LOCATION AND SITE PLAN 0 25 JAN 2021 A2.1 DEMOLITION ROOF PLAN 0 25 JAN 2021 A2.1.1 ENLARGED MECHANICAL AREA DEMOLITION ROOF PLAN 0 25 JAN 2021 A2.2 PROPOSED ROOF PLAN 0 25 JAN 2021 A2.2.1 ENLARGED MECHANICAL AREA PROPOSED ROOF PLAN 0 25 JAN 2021 A2.3 WIND UPLIFT PRESSURE ROOF PLAN 0 25 JAN 2021 A2.4 ROOF DRAINAGE PLAN 0 25 JAN 2021 A3.1 ROOF DETAILS 0 25 JAN 2021 A3.2 ROOF DETAILS 0 125 JAN 2021 A3.2A ROOF DETAILS 0 25 JAN 2021 A3.3 ROOF DETAILS 0 25 JAN 2021 A3.3A ROOF DETAILS 0 25 JAN 2021 A3.313 ROOF DETAILS 0 25 JAN 2021 A3.4 ROOF DETAILS 0 25 JAN 2021 A3.5 ROOF DETAILS 0 25 JAN 2021 A3.6 ROOF DETAILS 0 25 JAN 2021 A3.7 ROOF DETAILS 0 25 JAN 2021 A3.8 ROOF DETAILS 0 25 JAN 2021 A3.9 ROOF DETAILS 0 25 JAN 2021 A4.1 PHOTOGRAPHS 0 25 JAN 2021 A4.2 PHOTOGRAPHS 0 25 JAN 2021 A4.3 PHOTOGRAPHS 0 25 JAN 2021 A4.4 PHOTOGRAPHS 0 25 JAN 2021 Contract drawings will be attached at the end of the project manual. 2 22�� INDIAN RIVER COUNTY -COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 ARCHITECT OF RECORD: Company: Telephone No: LANDSCAPE ARCHITECT OF RECORD: Company: Telephone No: STRUCTURAL ENGINEER OF RECORD: Company: Telephone No: , CIVIL ENGINEER OF RECORD: Company: Telephone No: MECHANICAL ENGINEER OF RECORD: Company: Telephone No: ELECTRICAL ENGINEER OF RECORD: Company: Telephone No: PAGE 1 SECTION 000005 A/E'S OF RESPONSIBILITY JAY AMMON AIA Jay Ammon Architect, Inc. 407-333-1977 N/A N/A N/A N/A N/A AM&CS ENGINEER OF RECORD: N/A Company: Telephone No: PROJECT MANAGER: Michael Heller Owner: INDIAN RIVER COUNTY — PROJECT SPECIALIST Telephone No: 772-226-1585 Cell No: 772-532-0990 END;OF SECTION INDIAN RIVER COUNTY - COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 DIVISION 2 - SITE WORK SECTION 024119 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: PAGE 1 SECTION 024119 SELECTIVE DEMOLITION 1. Demolition and removal of selected portions of the roofing assemblies. 2. Salvage of existing items to be reused or recycled. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and -salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 INFORMATIONAL SUBMITTALS A. A pre -construction video and photos shall be submitted prior to mobilization or work commencing on the jobsite. 1.4 CLOSEOUT SUBMITTALS A. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.5 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. INDIAN RIVER COUNTY - COURTHOUSE PAGE 2 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 25, 2021 SELECTIVE DEMOLITION B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. • :G► F1 A A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. D. Engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs or preconstruction videotapes. INDIAN RIVER COUNTY —COURTHOUSE PAGE 3 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 25, 2021 SELECTIVE DEMOLITION 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1. Comply with requirements for existing services/systems interruptions specified in the Division 1 Documents. B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Disconnect, demolish, and remove fire -suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. C. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material., g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris - removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Owner provided Division 1 documents. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 PAGE 4 SECTION 024119 SELECTIVE DEMOLITION construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame -cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 5. Dispose of demolished items and materials promptly. B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Protect items from damage during transport and storage. 3. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. INDIAN RIVER COUNTY - COURTHOUSE PAGE 5 Low SLOPE - ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 25, 2021 SELECTIVE DEMOLITION 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 DIVISION 6 — WOOD AND PLASTICS SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wood blocking and nailers. 2. Plywood 1.2 ACTION SUBMITTALS PAGE 1 SECTION 061000 ROUGH CARPENTRY A. Product Data: For each type of process and factory -fabricated product. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements 1.3 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. B. Evaluation Reports: For the following, from ICC -ES: 1. Wood -preservative -treated wood. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules - writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. INDIAN RIVER COUNTY - COURTHOUSE PAGE 2 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 061000 JANUARY 25, 2021 ROUGH CARPENTRY B. Maximum Moisture Content of Lumber: 15 percent for 2 -inch nominal (38 -mm actual) thickness or less, 19 percent for more than 2 -inch nominal (38 -mm actual) thickness unless otherwise indicated. 2.2 WOOD -PRESERVATIVE -TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat all rough carpentry unless otherwise indicated. E. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. F. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species. G. For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine; No. 2 grade; SPIB. 2. Eastern softwoods; No. 2 Common grade; NeLMA. 3. Northern species; No. 2 Common grade; NLGA. 4. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. 2.3 PLYWOOD ' A. Equipment Backing Panels: Plywood, .DOC PS 1, Exterior, A -C in thickness indicated or, if not indicated. Match existing thickness. , 2.4 FASTENERS A. General: Provide fasteners of size and type indicated. INDIAN RIVER COUNTY — COURTHOUSE PAGE 3 LOW SLOPE -.ROOFING REPLACEMENT PROJECT SECTION 061000 JANUARY 25, 2021 ROUGH CARPENTRY 1. Where rough carpentry is exposed to weather, in ground contact, pressure - preservative treated, or in area of high relative humidity, provide fasteners of Type 304 stainless steel. B. Power -Driven Fasteners: NES NER-272. C. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not splice structural members between supports unless otherwise indicated. C. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative - treated lumber. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION INDIAN RIVER COUNTY — COURTHOUSE PAGE 1 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING SECTION 075520 - STYRENE -BUTADIENE -STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Preparation of Substrate to Receive Roofing Materials 2. Preliminary Roof Membrane to Prepared Substrate 3. Roof Insulation Application to Prepared Substrate 4. Cover board Application to Prepared Substrate 5. Modified Bitumen Ply Sheet Application to Prepared Substrate 6. PMMA based Roof Membrane Application 7. PMMA based Roof Flashing Application B. Related Requirements: 1. Section 076200 "Sheet Metal Flashing and Trim". 2. Section 079200 "Joint Sealants" for joint sealants, joint fillers, and joint preparation. 1.3 REFERENCES A. Roofing Terminology: Definitions in ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual" apply to work of this Section. B. Sheet Metal Technology and Techniques: SMACNA Architectural Sheet Metal Manual — Latest Addition. C. Roof Consultants Institute — "Glossary of Roofing Terms". 1.4 PREINSTALLATION MEETINGS A. Preinstallation Roofing Conference: Conduct conference at Project site. 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or INDIAN RIVER COUNTY— COURTHOUSE - PAGE 2 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING affects roofing, including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof, penetrations, equipment curbs, and condition of other construction that affects roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work, including: 1. Base flashings and membrane terminations. 2. Tapered insulation, including slopes. 3. Crickets, saddles, and tapered edge strips, including slopes. 4. Insulation fastening patterns for corner, perimeter, and field -of -roof locations. 5. Insulation adhesive patterns for corner, perimeter, and field -of -roof locations. C. Samples for Verification: For the following products: 1. Cap sheet, of color required. 2. Flashing sheet, of color required. 3. Aggregate surfacing material in gradation and color required. 4. Walkway pads or rolls, of color required. 1.6 INFORMATIONAL SUBMITTALS. A. Qualification Data: Letter from the proposed primary roofing manufacturer confirming that the Contractor is an acceptable Contractor authorized to install the proposed system. B. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. INDIAN RIVER COUNTY - COURTHOUSE PAGE 3 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING 1. Submit evidence of complying with performance requirements. C. Product Test Reports: For components of membrane roofing system, for tests performed by manufacturer and witnessed by a qualified testing agency. D. Research/Evaluation Reports: 1. For components of membrane roofing system, from ICC -ES. E. Field quality -control reports. F. Sample Warranties: For all project warranties. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing system to include in maintenance manuals. 1.8 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is UL listed approved for membrane roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is approved, authorized, or. licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. 1. A single installer shall complete all modified bitumen roofing work described in this specification. Installer shall have not less than 5 years of successful experience in the application of roof systems similar to the specified roof system. 2. Obtain written certification from roof membrane material manufacturer certifying that the installer is approved by the roof membrane manufacturer for installation of specified roofing system. 3. Installer must maintain full-time non -working supervisior/foreman on job site during times that roofing is in progress. Supervisor/foreman shall have a minimum of 5 years experience in roofing work similar to specified roof system. 4. Installer to have completed CERTA training for torch application. Copies of certificates to be maintained at the jobsite for inspection and review. C. Quality Standard: The roofing system manufacturer shall provide a technical representative at the Project Site prior to the start of installation, periodically during installation, and at the completion of the installation to confirm acceptability of substrates, proper installation methods, and satisfactory completion of the roofing Work. 1. The roofing system manufacturer's technical representative shall furnish the Architect with written reports of all Project site visits and shall list observations made and instructions given to installer. 2. At the completion of the roofing system installation, the manufacturer's technical representative shall furnish the Owner with a letter certifying that the roofing INDIAN RIVER COUNTY — COURTHOUSE PAGE 4 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING system has been installed in accordance with the manufacturer's instructions and that all provisions have been met for issuance of warranties. D. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated as documented r according to ASTM E 329. E. Test Reports: 1. Roof drain and leader test or submit plumber's verification. 2. Roof deck fastener pullout test. F. Source Limitations: Obtain all components from the single source roofing system manufacturer guaranteeing the roofing system. All products used in the system shall be labeled by the single source roofing manufacturer issuing the guarantee. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. Unless otherwise recommended by the manufacturer, store and handle materials to protect them from: a. Moisture, whether due to rain, other situations or condensation. b. Damage by construction traffic. c. Temperatures over 110 degrees F. d. Temperatures below 50 degrees F. e. Direct sunlight. f. Mud, dust, sand, oil, grease, and dirt. C. Handle and store roofing materials, and place equipment in a manner to avoid permanent deflection of deck. D. Remove and dispose all wet roofing materials. INDIAN RIVER COUNTY — COURTHOUSE PAGE 5 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING . E. Comply with fire, safety and environmental protection regulations. F. Damaged materials shall not be installed 1.10 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. B. Protect paving and building walls. 1. Lap protective materials at least 6 inches. 2. Vent plastic sheets, if used, to keep moisture from condensing and collecting on covered surfaces. 3. Secure protective coverings against wind. 4. Leave protective coverings in until adjacent roofing work has been completed. C. Protection: 1. Protect surfaces not intended to receive roofing materials from spillage, dripping, spotting and damage during application of the roofing. Should protection .not be effective, or not be provided, restore the respective surfaces to their proper conditions by cleaning, repairing, or replacing, as applicable for the circumstances and as directed by Owner. 2. Immediately protect completed portions of roofing from damage of subsequent construction activities in accordance with contract requirements. Repair, replace, or as otherwise required to remedy any damage to roofing resulting from construction activities, for the entire duration of construction. D. Torch Safety: 1. Take all precautions necessary to prevent ignition of combustible materials during torch application of roofing. Flammable liquids shall, not be stored on the roof. Provide two fully charged minimum 6.5 kg (15 pound) CO2 fire extinguishers in separate, easily accessible locations on the roof and within 9 meters (30 feet) of torch work area at all times. Seal off voids or openings in the substrate with non-combustible materials prior to installing torch -applied materials in the area. When working around intakes and openings, temporarily disconnect and block to prevent flame of torch from being drawn into the opening. Provide non-combustible shielding or flame guard protection where gaps or voids occur in the construction in area of torch work. E. Fire Watch: 1. Provide a fire watch for a minimum of one hour after completion of all torch work at the end of each work shift. Maintain the fire watch for additional time required to ensure no potential ignition conditions exist. Utilize heat sensing meters to scan for hot spots in the work. Do not leave the rooftop unattended during breaks in work during a work shift. Walk and scan all areas of application INDIAN RIVER COUNTY — COURTHOUSE -PAGE 6 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING checking for hot spots, fumes, or smoldering, especially at wall and curb areas, prior to departure at the end of each work shift. Ensure any and all suspect conditions are eliminated prior to leaving the site each work shift. F. Sequencing: 1. Coordinate the work with other trades to ensure that components which are to be secured to or stripped into the roofing system are available and that permanent flashing and counterflashing are installed as the work progresses. Ensure temporary protection measures are in place to preclude moisture intrusion or damage to installed materials. Application of roofing shall immediately follow application of insulation as a continuous operation. Roofing operations shall be coordinated with insulation work so that all roof insulation applied each day is covered with roof membrane, installation the same day. 1.11 PROJECT/ SITE CONDITIONS A.Requirements Prior to Job Start 1. Notification: Give a minimum of 5 days notice to the Owner and manufacturer prior to commencing any work and notify both parties on a daily basis of any change in work schedule. 2. Permits: Obtain all permits required by local agencies and pay all fees which may be required for the performance of the work. 3. Safety: Familiarize every member of the application crew with all fire and safety regulations recommended by OSHA, NIOSH, NRCA and other industry or local governmental groups. Workers shall wear a long sleeve shirt with long pants and work boots. Workers shall use only butyl rubber or nitrile gloves when mixing or applying PMMA products. Safety glasses with side shields are required for eye protection. Use local exhaust ventilation to maintain worker exposure below the published Threshold Limit Value (TLV). If the airborne concentration poses a health hazard, becomes irritating or exceeds recommended limits, use a NIOSH approved respirator in accordance with OSHA Respirator Protection requirements published under 29 CFR 1910.134. The specific type of respirator will depend on the airborne concentration. A filtering face piece or dust mask is not appropriate for use with this product if TLV filtering levels have been exceeded. B.Environmental Requirement 1. Precipitation: Do not apply roofing materials during precipitation or in the event there is a probability of precipitation during application. Take adequate precautions to ensure that materials, applied roofing, and building interiors are protected from possible moisture damage or contamination. 2. Temperature Restrictions — self-adhesive sheets: The minimum required substrate temperature at point of application is 40°F (40C). Maintain a minimum roof membrane material temperature above 50°F (100C). In low temperature conditions, materials keep materials warm prior to application. Suspend application in situations where the INDIAN RIVER COUNTY — COURTHOUSE PAGE 7 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING self -adhered base ply cannot be kept at temperatures allowing for proper adhesion or the substrate temperature will not allow for proper adhesion. 3. Temperature Restrictions — PMMA -based Materials: Do not apply catalyzed resin materials if there is a threat of inclement weather. Follow the resin manufacturer's specifications for minimum and maximum ambient, material and substrate temperatures. Do not apply catalyzed resin materials unless ambient and substrate temperatures fall within the resin manufacturer's published range. C. Protection Requirements 1. Membrane Protection: Provide protection against staining and mechanical damage for newly applied roofing and adjacent surfaces. 1.12 WARRANTY A. Special Warranty: Provide manufacturer's warranty with single source coverage with no monetary limitation (NDL) where the manufacturer agrees to repair or replace components in the roofing system, which cause a leak due to a failure in materials or workmanship. 1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners / adhesive, cover boards, substrate board, roofing accessories, metal flashings and other components of roofing system. 2. ) Warranty Period: 20 years from date of Substantial Completion: H. Special Project Warranty: Submit roofing Installer's warranty, on warranty form at end of this Section, signed by Installer, covering the Work of this Section, including all components of roofing system such as membrane roofing, base flashing, roof insulation, fasteners / adhesive, cover boards, substrate boards, vapor retarders, metal flashings and walkway products, for the following warranty period: Warranty Period: 5 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Siplast, Inc. (Basis of Design) , 2. Johns Manville, Inc. 3. Tremco B. Source Limitations: Obtain components including roof insulation, fasteners / adhesive, premanufactured metal flashings and accessories for the roofing system from same INDIAN RIVER COUNTY - COURTHOUSE PAGE 8 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING manufacturer as membrane roofing or manufacturer approved by membrane roofing manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General Performance: Installed roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Roofing and base flashings shall remain watertight. 1. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155. 2. Impact. Resistance: Roofing system shall resist impact damage when tested according to ASTM D 3746 or ASTM D 4272. B. Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. C. Roofing System Design: Provided membrane roofing system that is identical to systems that have been successfully tested by a qualified testing agency to resist the project wind load criteria calculated according to the Florida Building Code and ASCE 7-16 requirements for Components and Cladding. Contractor to complete fastener pull out / adhesive resistance testing and submit to Roof Membrane Manufacturer, Architect and Owner. Roof membrane manufacturer to provide wind uplift criteria to meet ASCE wind design engineering. Engineered fastening and adhesive patterns to be signed and sealed by a State of Florida licensed engineer. D. Exterior Fire -Test Exposure: ASTM E 108 or UL 790, Class A; for application and roof slopes indicated; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. E. Fire -Resistance Ratings: Comply with fire -resistance -rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency. 2.3 ROOFING MATERIALS A. Preliminary Roof Membrane 1. Torchable Modified Bitumen Ply Sheet: A fiberglass mat reinforced modified bitumen sheet, coated on one side with a high quality torch grade SBS modified bitumen blend, having a minimum weight of 76 Ib/sq. Siplast Irex 40, Torch Applied INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 B. Base Sheet PAGE 9 SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING a. Self -Adhesive Modified Bitumen Base Ply Probase SA Base Ply C. Rigid Roof Insulation: Roof insulation shall be UL and FM approved. Insulation shall be approved in writing by the insulation manufacturer for intended use and for use with the specified roof assembly. Maintain a maximum panel size of 4 feet by 4 feet where polyisocyanu rate insulation is specified to be installed in insulation adhesive. a. Polyisocyanu rate Roof Insulation: Flat panels and tapered panels (where required) composed of a closed cell, rigid polyisocyan u rate foam core material, integrally laminated between glass fiber facers, in full compliance with ASTM C 1289, Type II, Class 1, Grade 2. The system shall have a minimum thickness of 1.5 inches and provide for a roof slope of 1/4 inch per foot. Acceptable types are as follows. Paratherm and Tapered Paratherm by Siplast; Irving, TX b. Gypsum Sheathing Panel: A panel composed of a gypsum based, non-structural water resistant core material integrally bonded with fiberglass mats on both sides having a nominal thickness of 1/2 inch. The panel surface shall be factory primed with a non -asphaltic primer. Acceptable types are as follows: DensDeck Prime Gypsum Roof Board, by Georgia Pacific Corporation; Atlanta, GA D. Primers, Sealants and Adhesives for Bitumen Products Insulation Adhesive: A single component, moisture cured, polyurethane foam adhesive, dispensed from a portable, pre -pressurized container used to adhere insulation panels to the substrate as well to other insulation panels. Para-Stik Insulation Adhesive by Siplast; Irving, TX 2. Primer: An asphalt, solvent blend conforming to ASTM D 41 requirements. Siplast PA -1125 Asphalt Primer by Siplast; Irving, TX 3. Primer for Self -Adhesive Sheets: A quick drying, low-VOC, water-based, high - tack primer specifically designed to promote adhesion of roofing and waterproofing sheets to approved substrates. Primer shall meet South Coast Air Quality District and Ozone Transport Commission requirements. TA -119 Primer by Siplast; Irving, TX INDIAN RIVER COUNTY - COURTHOUSE PAGE 10 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING 4. Elastomeric Sealant: A moisture -curing, elastomeric sealant designed for roofing applications. The sealant shall be approved by the roof membrane manufacturer for use in conjunction with the roof membrane materials. Acceptable types are as follows: PS -209 Elastomeric Sealant by Siplast; Irving, TX E. Fasteners 1. Flashing Reinforcing Sheet Fasteners for Wood/Plywood Substrates to Receive Flashing Coverage: Fasteners shall be approved by the manufacturer of the primary roofing products. Acceptable fasteners for specific substrate types are listed below. a) Wood/Plywood Substrate A 12 gauge, spiral or annular threaded shank, zinc coated steel roofing fastener having a minimum 1 inch head. Square Cap by W.H. Maze Co.; Peru, IL 12 Gauge Simplex Nail by the Simplex Nail and Manufacturing Co., Americus, GA F. Resin Accessories 1. Cleaning Solution/Solvent: A clear solvent used to clean and prepare transition areas of in-place catalyzed resin to receive subsequent coats of resin and to clean substrate materials to receive resin. Pro Prep by Siplast; Irving, TX 2. Preparation Paste: A PMMA -based paste used for remediation of depressions in substrate surfaces or other irregularities. Pro Paste Resin by Siplast; Irving, TX G. PMMA Primers 1. Primer for Wood, Plywood and Rigid Insulation, Masonry and Vertical Concrete Substrates: A fast -curing PMMA -based primer for use in over wood, plywood and rigid insulation substrates. Pro Primer W by Siplast; Irving, TX G. Accessories 1. Ceramic Granule Anti -Skid Surfacing: No. 11 grade specification ceramic granules suitable for broadcast into a PMMA -based resin wearing layer. No. 11 Granules by Siplast; Irving, TX INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 DESCRIPTION OF SYSTEMS — Type 1 PAGE 11 SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING A. Roofing Membrane Assembly: A roof membrane assembly consisting of two plies of a prefabricated, reinforced, homogeneous Styrene -Butadiene -Styrene (SBS) block copolymer modified asphalt membrane, applied over a prepared substrate. Reinforcement mats shall be impregnated/saturated and coated each side with SBS modified bitumen blend and coated one side with a torch grade SBS bitumen blend adhesive layer. The adhesive layer shall be manufactured using a process that embosses the surface with a grooved pattern to provide optimum burn -off of the plastic film and to maximize application rates. The cross sectional area of the sheet material shall contain no oxidized or non -SBS modified bitumen. The roof system shall pass 500 cycles of ASTM D 5849 Resistance to Cyclic Joint Displacement (fatigue) at 14°F (-100C). Passing results shall show no signs of membrane cracking or interply delamination after 500 cycles. The roof system shall pass 200 cycles of ASTM D 5849 after heat conditioning performed in accordance with ASTM D 5147. The assembly shall possess waterproofing capability, such that a phased roof application, with only the modified bitumen base ply in place, can be achieved for prolonged periods of time without detriment to the watertight integrity of the entire roof system. Siplast Paradiene 20 TG/30 FR TG torchable roof system 1. Modified Bitumen Base and Stripping Ply a) Thickness (avg): 114 mils (2.9 mm) (ASTM D 5147) b) Thickness (min): 110 mils (2.8 mm) (ASTM D 5147) c) Weight (min per 100 ft2 of coverage): 76 Ib (3.7 kg /M2) d) Maximum filler content in elastomeric blend: 35% by weight e) Low temperature flexibility @ -15°F (-260C): PASS (ASTM D 5147) f) Peak Load (avg) @ 73T (230C): 30 Ibf/inch (5.3 kN/m) (ASTM D 5147) g) Peak Load (avg) @ 0°F (-18°C): 75 Ibf/inch (13.2 kN/m) (ASTM D 5147) h) Ultimate Elongation (avg.) @ 73°F (230C): 50% (ASTM D 5147) i) Dimensional Stability (max): 0.1 % (ASTM D 5147) j) Compound Stability (min): 250°F (121°C) (ASTM D 5147) k) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) 1) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria Siplast Paradiene 20 - torchable grade 2. Modified Bitumen Finish Ply a) Thickness (avg): 138 mils (3.5 mm) (ASTM D 5147) b) Thickness at selvage (coating thickness) (avg): 118 mils (3.0 mm) (ASTM D 5147) c) Thickness at selvage (coating thickness) (min): 114 mils (2.9 mm) (ASTM D 5147) d) Weight (min per 100 ft2 of coverage): 112 Ib (5.4 kg/m2) e) Maximum filler content in elastomeric blend: 35% by weight f) Low temperature flexibility @ -15°F (-260C): PASS (ASTM D 5147) g) Peak Load (avg) @ 73°F (230C): 30 Ibf/inch (5.3 kN/m) (ASTM D 5147) h) Peak Load (avg) @ 0°F (-18°C): 75 Ibf/inch (13.2 kN/m) (ASTM D 5147) INDIAN RIVER COUNTY — COURTHOUSE PAGE 12 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING i) Ultimate Elongation (avg.) @ 73°F (230C): 55% (ASTM D 5147) j) Dimensional Stability (max): 0.1 % (ASTM D 5147) k) Compound Stability (min): 250°F (121° C) (ASTM D 5147) 1) Granule Embedment (max loss): 2.0 grams per sample (ASTM D 5147) m) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) n) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria o) Surfacing: ceramic granules Siplast Paradiene 30 FR - torchable grade B. Flashing Membrane Assembly: A flashing membrane assembly consisting of a prefabricated, reinforced, Styrene -Butadiene -Styrene (SBS) block copolymer modified asphalt membrane with a continuous, channel -embossed metal -foil surfacing. The finish ply shall conform to ASTM D 6298 and the following physical and mechanical property requirements. Siplast Veral flashing system, aluminum finish 1. Cant Backing Sheet and Flashing Reinforcing Ply a) Thickness (avg): 102 mils (2.6 mm) (ASTM D 5147) b) Thickness (min): 98 mils (2.5 mm) (ASTM D 5147) c) Weight (min per 100 ft2 of coverage): 72 Ib (3.5 kg/m2) d) Maximum filler content in elastomeric blend: 35% by weight e) Low temperature flexibility @ -15° F (-26° C) - PASS (ASTM D 5147) f) Peak Load (avg) @ 73°F (23°C): 30 Ibf/inch (5.3 kN/m) (ASTM D 5147) g) Peak Load (avg) @ 0°F (-18°C): 75 Ibf/inch (13.2 kN/m) (ASTM D 5147) h) Ultimate Elongation (avg.) @ 73°F (23°C): 50% (ASTM D 5147) i) Dimensional Stability (max): 0.1 % (ASTM D 5147) j) Compound Stability (min - sheet): 250°F (121°C) (ASTM D 5147) k) Compound Stability (min — adhesive coating): 212°F (100°C) (ASTM D 5147) 1) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) m) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria n) Back Surfacing: polyolefin film Siplast Paradiene 20 SA 2. Metal -Clad Modified Bitumen Flashing Sheet a) Thickness (avg): 142 mils (3.6 mm) (ASTM D 5147) b) Thickness (min): 138 mils (3.5 mm) (ASTM D 5147) c) Weight (min per 100 ft' of coverage): 92 Ib (4.5 kg /M2) d) Coating Thickness — back surface (min): 40 mils (1 mm) (ASTM D 5147) e) Low temperature flexibility @ 0° F (-18'C): PASS (ASTM D 5147) f) Peak Load (avg) @ 73°F (23°C): 85 Ibf/inch (15 kN/m) (ASTM D 5147) g) Peak Load (avg) @ 0°F (-18°C): 180 Ibf/inch (31.7 kN/m) (ASTM D 5147) h) Ultimate Elongation (avg) @ 73°F (230C): 45% (ASTM D 5147) i) Tear -Strength (avg): 120 Ibf (0.54 kN) (ASTM D 5147) INDIAN RIVER COUNTY — COURTHOUSE PAGE 13 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING j) Dimensional Stability (max): 0.2% (ASTM D 5147) k) Compound Stability (min): 225°F (107°C) (ASTM D 5147) 1) Cyclic Thermal Shock Stability (maximum): 0.2% (ASTM D 7051) m) Approvals: UL Approved, FM Approved (products shall bear seals of approval) n) Reinforcement: fiberglass scrim mat or other meeting the performance and dimensional stability criteria o) Surfacing: aluminum metal foil Siplast Veral Aluminum C. Catalyzed Acrylic Resin Flashing System: A specialty flashing system consisting of a liquid - applied, fully reinforced, multi-component acrylic membrane installed over a prepared or primed substrate. The flashing system consists of a catalyzed acrylic resin primer, basecoat and topcoat, combined with a non -woven polyester fleece. The resin and catalyst are pre -mixed immediately prior to installation. The use of the specialty flashing system shall be specifically approved in advance by the membrane manufacturer for each application. > Parapro 123 Flashing System by Siplast; Irving, TX DESCRIPTION OF SYSTEMS — Type 2 A. Roofing Membrane Assembly: A roof membrane assembly consisting of one ply of a prefabricated, reinforced, homogeneous Styrene -Butadiene -Styrene (SBS) block copolymer modified asphalt membrane applied over a prepared substrate, covered with a liquid applied, flexible, PMMA -based monolithic membrane formed by the combination of resin and fleece fabric. The reinforcement mats in the SBS ply shall be impregnated/saturated and coated each side with an SBS modified bitumen blend. The cross sectional area of the SBS sheet material shall contain no oxidized or non -SBS modified bitumen. The back of the modified bitumen base ply shall be coated with factory applied polymer modified asphalt self-adhesive coating covered with a removable film. The top surface of the modified bitumen ply sheet shall be coated with a white acrylic coating to enhance resin bond and to minimize surface temperatures. The composite roof system, including SBS modified bitumen ply sheet and reinforced PMMA, shall pass 500 cycles of ASTM D 5849 Resistance to Cyclic Joint Displacement (fatigue) at 14F (- 10C). Passing results shall show no signs of membrane cracking or interply delamination after 500 cycles. The roof system shall pass 200 cycles of ASTM D 5849 after heat conditioning performed in accordance with ASTM D 5147. Siplast Parapro Roof Membrane System with Probase SA base ply 1. Self -Adhesive Modified Bitumen Base Ply a) Thickness (avg): 102 mils (2.6 mm) (ASTM D 5147) b) Thickness (min): 98 mils (2.5 mm) (ASTM D 5147) c) Weight (min per 100 ft2 of coverage): 69 Ib (3.4 kg /M2) d) Maximum filler content in elastomeric blend: 35% by weight e) Low temperature flexibility @ -15° F (-26° C) - PASS (ASTM D 5147) f) Peak Load (avg) @ 73°F (230C): 30 Ibf/inch (5.3 kN/m) (ASTM D 5147) g) Peak Load (avg) @ 0°F (-180C): 75 Ibf/inch (13.2 kN/m) (ASTM D 5147) INDIAN RIVER COUNTY — COURTHOUSE PAGE 14 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING h) Ultimate Elongation (avg.) @ 73°F (23°C): 50% (ASTM D 5147) i) Dimensional Stability (max): 0.1% (ASTM D 5147) j) Compound Stability (min - sheet): 250°F (121°C) (ASTM D 5147) k) Compound Stability (min — adhesive coating): 212°F (100°C) (ASTM D 5147) 1) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) m) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability criteria n) Back Surfacing: polyolefin release film o) Top Surfacing: factory applied acrylic coating > Probase SA by Siplast; Irving, TX 2. Resin for Field Membrane Construction: A flexible, PMMA -based resin for use in combination with fleece fabric to form a monolithic, reinforced roofing membrane.. The values listed below are based upon a 90 mil (2.3 mm) resin thickness. a) Thickness (avg): 90 mils (2.3 mm) at 0.31 kg/ft2 (3.3 kg/m2) coverage rate (ASTM D 5147, section 5). b) Weight (min per 100 ft' of coverage): 68.4 Ib (3.3 kg/m2) c) Peak Load (avg) @ 73°F (23°C): 70 Ibf/in (12.3 kN/m) (ASTM D 5147 section 6) d) Peak Load (avg) @ 73°F (230C): 90 Ibf/inch (15.8 kN/m) (ASTM D 412, dumbbell) e) Elongation at Peak Load (avg) @ 73°F: 35% (ASTM D 5147, section 6) f) Elongation at Peak Load (avg) @ 73°F: 35% (ASTM D 412, dumbbell) g) Shore A Hardness (avg): 81 (ASTM D 2240) h) Water Absorption, Method I (24h @,73°F): 0.8% (ASTM D 570) i) Water Absorption, Method II (48h @ 122°F): 1.2% (ASTM D 570) j) Low temperature flexibility @ 23 F (-50C): PASS (ASTM D 5147, section 11) k) Dimensional Stability (max): 0.15% (ASTM D 5147, section 10) 1) Tear Strength (avg): 90 Ibf (0.4 kN) (ASTM D 5147, section 7) m)Approvals: UL Class listed, FM Approved (products shall bear seals of approval) > Parapro Roof Resin by Siplast; Irving, TX 3. Fleece for Membrane Reinforcement: A non -woven, 110 g/m2, needle -punched polyester fabric reinforcement as supplied by the'membrane system manufacturer. > Pro Fleece by Siplast; Irving, TX C. Flashing Membrane Assembly: A flashing membrane assembly consisting of a liquid applied, flexible, polymethylmethacrylate (PMMA) based monolithic membrane formed by the combination of liquid PMMA -based resin and fleece fabric. > Siplast Parapro 123 Flashing System 1. Resin for Flashing Applications: A flexible, polymethylmethacrylate (PMMA) based resin combined with a thixotropic agent for use in combination with non -woven, 110 g/m2, needle -punched polyester fabric reinforcement to form a monolithic, reinforced flashing membrane. INDIAN RIVER COUNTY - COURTHOUSE , . PAGE 15 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING > Parapro 123 Flashing Resin by Siplast; Irving, TX 2. Fleece for Flashing Reinforcement: A non -woven, 110 g/m2, needle -punched polyester fabric reinforcement as supplied by the membrane system manufacturer. > Pro Fleece by Siplast; Irving, TXSheathing paper may be required as a slip sheet over wood roof decks, usually under the base sheet. Delete "Sheathing Paper" Paragraph below if no wood decks or if not required by manufacturer's written specifications. PART 3 - EXECUTION 3.01 EXAMINATION a. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the Work: i. Verify that roof openings and penetrations are in place, curbs are set and braced, and roof -drain bodies are securely clamped in place. ii. Verify that cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. iii. Verify that lightweight concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. b. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION a. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. b. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof -drain plugs when no work is taking place or when rain is forecast. c. General: Ensure that substrates are free from gross irregularities, loose, unsound or foreign material such as dirt, ice, snow, water, grease, oil, bituminous products, release agents., laitance, paint, loose particles/friable .matter, rust or any other material that would be detrimental to adhesion of the catalyzed primer and/or resin to the substrate. Some surfaces may require scarification, shotblasting, or grinding to achieve a suitable substrate. d. Preparation of Existing Concrete/Masonry Substrates to Receive Resin Materials: Existing concrete substrates shall have a minimum compressive strength of 3,500 psi (24 N/mm2). Following evaluation for moisture content and confirmation that the moisture content is at an acceptable level, shot blast or scarify/shot-blast concrete or masonry surfaces to provide a INDIAN RIVER COUNTY — COURTHOUSE IPAGE 16 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 1 MODIFIED BITUMINOUS MEMBRANE ROOFING sound substrate free from laitance and residue from bitumen, coal tar, primer, coatings, adhesives, sealer or any material that may inhibit adhesion of the specified primer. Generate a concrete surface profile of CSP -2 to CSP -4 as defined by the ICRI. Grinding may be used as a preparation method for localized areas that cannot be reached by a shot blasting equipment provided that a surface can be prepared to a CSP -2 to CSP 4. Repair spalls and voids on vertical or horizontal surfaces using the specified primer and preparation paste. E. Preparation of Concrete Substrates to Receive a Modified Bitumen Base Ply (Area 5 — Options 3 and 4): Prime the deck surface with asphalt primer at the rate of 1 gallon per 100 to 400 square feet. F. Preliminary Roof Application: Torch apply the ply sheets directly to the prepared substrate, lapping sides and ends a minimum of 3 inches. Apply the sheets free of wrinkles, creases or fishmouths and exert sufficient pressure on the roll during application to ensure the prevention of air pockets. Seal each penetration and termination using fiberglass tape and the specified plastic cement to ensure that the temporary roof configuration is completely water -tight. 3.03 INSTALLATION, GENERAL a. Comply with roofing system manufacturer's written instructions. b. Substrate -Joint Penetrations: Prevent roofing asphalt and adhesives from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. 3.04 INSULATION INSTALLATION A. Insulation: Install insulation panels with end joints offset; edges of the panels shall be in moderate contact without forcing applied in strict accordance with the insulation manufacturer's requirements and the following instructions. Where insulation is installed in two or more layers, stagger joints between layers. Maintain a maximum panel size of 4 feet by 4 feet for polyi socyan u rate insulation applied in insulation adhesive. Insulation - multiple layer: Install all layers in an application of the specified insulation adhesive in strict accordance with the requirements of the insulation adhesive supplier. Stagger the panel joints between insulation layers. 3.05 SUBSTRATE COVER BOARD INSTALLATION A. Install substrate cover board with long joints in continuous straight lines, perpendicular to roof slopes with end joints staggered between rows. Tightly butt substrate boards together. Adhere to underlying polyisocyanu rate insulation boards. Tape joints if required by roof system manufacturer. A INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 3.06 ROOFING INSTALLATION, GENERAL PAGE 17 SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING A. Install roofing system according to roofing system manufacturer's written instructions and applicable recommendations in ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing." Install roofing system per manufacturer's recommendations for a 2 -ply modified bitumen system torch applied. C. Start installation of roofing in presence of manufacturer's technical personnel. D. Where roof slope exceeds 1/2 inch per 12 inches (1:24), install roofing membrane sheets parallel with slope. Backnail roofing sheets to substrate according to roofing system manufacturer's written instructions. E. Coordinate installation of roofing system so insulation and other components of the roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. ii. Provide tie -offs at end of each day's work to cover exposed roofing sheets and insulation with a course of coated felt set in roofing cement or hot roofing asphalt, with joints and edges sealed. iii. Complete terminations and base flashings; and provide temporary seals to prevent water from entering completed sections of roofing system. iv. Remove and discard temporary seals before beginning work on adjoining roofing. 3.07 SBS MODIFIED BITUMEN BASE -PLY INSTALLATION A. Install lapped base -ply course, extending sheet over and terminating beyond cants. Attach base sheet as follows: Torch applied base ply membrane to cover board. 3.08 SBS -MODIFIED BITUMINOUS CAP SHEET MEMBRANE INSTALLATION A. Install modified bituminous cap sheet according to roofing manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, installing as follows: i. Torch apply modified bitumen cap sheet to base ply membrane. Unroll roofing sheets and allow them to relax for minimum time period required by manufacturer. Laps: Accurately align roofing sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids. Repair tears and voids in laps and lapped seams not completely sealed. INDIAN RIVER COUNTY — COURTHOUSE PAGE 18 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING Apply roofing granules to cover exuded bead at laps while bead is hot. Install roofing sheets so side and end laps shed water. 3.09 FLASHING AND STRIPPING INSTALLATION a. Install base flashing over cant strips and other sloped and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: i. Mechanically attach primed vertical cover board. ii. Base Flashing Inner -ply Installation: Torch apply to primed vertical cover board. iii. Base Flashing Outer -ply Installation: Torch apply flashing sheet to base flashing — inner -ply. b. Extend base flashing up walls or parapets a minimum of 8 inches (200 mm) above roofing membrane and 4 inches (100 mm) onto field of roofing membrane. c. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing. iv. Seal top termination of base flashing with a strip of glass -fiber fabric set in asphalt roofing cement. d. Install roofing cap -sheet stripping where metal flanges and edgings are set on roofing according to roofing system manufacturer's written instructions. e. Roof Drains: Set 30 -by -30 -inch- (760 -by -760 -mm-) metal flashing in bed of asphaltic adhesive on completed roofing membrane. Cover metal flashing with roofing cap -sheet stripping, and extend a minimum of 6 inches (150 mm) beyond edge of metal flashing onto field of roofing membrane. Clamp roofing membrane, metal flashing, and stripping into roof - drain clamping ring. v. Install stripping according to roofing system manufacturer's written instructions. 3.10 MIXING OF RESIN PRODUCTS A. Preparation/Mixing/Catalyzing Resin Products: Pour the desired quantity of resin into a clean container and using a spiral mixer or mixing paddle, stir the liquid for the time period specified by the resin manufacturer. Calculate the amount of catalyst powder needed using the manufacturer's guidelines and add the pre -measured catalyst to the resin component. Mix again for the time period specified by the resin manufacturer, ensuring that the product is free from swirls and bubbles. To avoid aeration, do not use a spiral mixer unless the spiral section of the mixer can be fully contained in the liquid during the mixing process. Mix only enough product to ensure that it can be applied before pot life expires. 3.11 PREPARATION PASTE AND PRIMER MIXING/APPLICATION INDIAN RIVER COUNTY — COURTHOUSE PAGE 19 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING A. Primer Application: Apply primer resin using a roller or brush at the rate specified by the primer manufacturer over qualified and prepared substrates. Apply primer resin at the increased rate specified by the primer manufacturer over DensDeck Prime or other porous substrates. Do not let resin pool or pond. Do not under -apply or over -apply primers as this may interfere with proper primer catalyzation. Make allowances for waste, including saturation of roller covers and application equipment. B. Paste Application: Apply catalyzed preparation paste using a trowel over prepared and primed substrates. Before application of any resin product over cured paste, wipe the surface of the paste using the specified cleaner/solvent and allow to dry. Treat the surface again if not followed up by resin application within 60 minutes 3.12 WALKWAY INSTALLATION a. Walkway Pads: Install walkway pads using units of size indicated or, if not indicated, of manufacturer's standard size, according to walkway pad manufacturer's written instructions. Set walkway pads in cold -applied adhesive. ii. Install around all sides of electrically powered equipment. 3.13 FIELD QUALITY CONTROL a. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. ' Notify Architect and Owner 48 hours in advance of date and time of inspection. ii. Post -Installation Meeting: Hold a meeting at the completion of the project, attended by all parties that were present at the pre -job conference. A punch list of items required for completion shall be compiled by the Contractor and the manufacturer's representative. Complete, sign, and mail the punch list form to the manufacturer's headquarters. b. Roofing system will be considered defective if it does not pass tests and inspections. iii. Additional testing and inspecting, at Contractor's expense, will be performed to determine if replaced or additional work complies with specified requirements. c. Issuance Of The' Guarantee: Complete all post installation procedures and meet the manufacturer's final endorsement for issuance of the specified guarantee INDIAN RIVER COUNTY - COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 3.14 PROTECTING AND CLEANING PAGE 20 SECTION 075520 MODIFIED BITUMINOUS MEMBRANE ROOFING a. Protect roofing system from damage and wear during remainder of construction period. When remaining construction does not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. b. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. c. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. 3.15 ROOFING INSTALLER'S WARRANTY a. WHEREAS of , herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: i. Owner: <Insert name of Owner>. ii. Address: <Insert address>. iii. Building Name/Type: <Insert information>. iv. Address: <Insert address>. v. Area of Work: <Insert information>. vi. Acceptance Date: vii. Warranty Period: <Insert time>. viii. Expiration Date: b. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. d. This Warranty is made subject to the following terms and conditions: ix. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: 1. peak gust wind speed resulting in project wind pressures being exceeded; 2. fire; 3. failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; INDIAN RIVER COUNTY — COURTHOUSE PAGE 21 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 075520 JANUARY 25, 2021 MODIFIED BITUMINOUS MEMBRANE ROOFING 4. faulty construction of parapet walls, copings, chimneys, skylights, vents, equipment supports, and other edge conditions and penetrations of the work; 5. activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. X. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. A. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. . xii. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. xiii. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. xiv. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects, or deterioration. XV. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. e. IN WITNESS THEREOF, this instrument has been duly executed this Authorized Signature: Name: Title: END OF SECTION 075520 day of INDIAN RIVER COUNTY - COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Formed roof -drainage sheet metal fabrications. 2. Formed low -slope roof sheet metal fabrications. 1.2 PREINSTALLATION MEETINGS PAGE 1 SECTION 076200 SHEET METAL AND FLASHINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each of the following 1. Underlayment materials. 2. Elastomeric sealant. 3. Butyl sealant. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop- and field -assembled Work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion -joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration flashing. 9. Include details of edge conditions. 10. Include details of special conditions. 11. Include details of connections to adjoining work. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of coping and roof edge flashing that is ANSI/SPRI/FM 4435/ES-1 tested. INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 B. Sample warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance data. B. Special warranty. 1.6 QUALITY ASSURANCE PAGE 2 SECTION 076200 SHEET METAL AND FLASHINGS A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1.7 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. a. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies, including cleats, anchors, and fasteners, shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual: Architectural Metal Flashing, Condensation and Air Leakage Control, and Reroofing" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. SPRI Wind Design Standard: Manufacture and install copings and roof edge flashings tested in accordance with ANSI/SPRI/FM 4435/ES-1 and capable of resisting the following design pressure: 1. Design Pressure: As indicated on Drawings. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of INDIAN RIVER COUNTY - COURTHOUSE PAGE 3 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 25, 2021 SHEET METAL AND FLASHINGS components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. . Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Stainless Steel Sheet: ASTM A240/A240M, Type 304, dead soft, fully annealed; with smooth, flat surface. 1. Finish: ASTM A480/A480M, No. 2D (dull, cold rolled) or shop pre -coated with PVDF coating; color to match roof and wall panels. C. Sheet metal fastenings: 1. Rivets, nails, sheet metal screws, machine screws, self -tapping screws, and stove bolts, of the types and size best adapted to conditions of use. a. Stainless steel: Use Type 304 stainless steel or other type to match stainless steel being fastened. 2. Pop rivets, by United Shoe Machinery Corp., may be used for metal -to -metal connections when future disassembly is not required. Open-end type may be used for all applications except where watertight connections are required, in which case use closed-end type. Use pop rivets made from same type material as metals to be fastened. 2.3 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature, Sheet Underlayment: Minimum 30 mils thick, consisting of a slip -resistant polyethylene- or polypropylene -film top surface laminated to a layer of butyl- or SBS -modified asphalt adhesive, with release -paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer in accordance with underlayment manufacturer's written instructions. Manufacturers: Subject to compliancewith requirements, provide products by one of the following: a. GCP Applied Technologies Inc. b. Henry Company. 2. Low -Temperature Flexibility: ASTM D1970/D1970M; passes after testing at minus 20 deg F (29 deg C) or lower. 3. Standard Testing method for linear dimensional changes of nonrigid thermoplastic sheeting or film at elevated temperature: ASTM D1204 — above 280 degrees F service temp. INDIAN RIVER COUNTY — COURTHOUSE PAGE 4 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 25, 2021 SHEET METAL AND FLASHINGS 2.4 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. 2. Fasteners for Stainless Steel Sheet: Series 300 stainless steel. 3. Fasteners for Steel Sheet: Series 300 stainless steel C. Solder: 1. For Stainless Steel: ASTM B32, Grade Sn60, with acid flux of type recommended by stainless steel sheet manufacturer. 2. For Zinc -Coated (Galvanized) Steel: ASTM B32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. D. Sealant Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. E. Elastomeric Sealant: ASTM C920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. 2.5 FABRICATION, GENERAL A. Custom fabricate sheet metal flashing and trim to comply with details indicated and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. 1. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 2. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 3. Verify shapes and dimensions of surfaces to be covered and obtain field measurements for accurate fit before shop fabrication. 4. Form sheet metal flashing and trim to fit substrates without excessive oil -canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. INDIAN RIVER COUNTY - COURTHOUSE PAGE 5 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 25, 2021 SHEET METAL AND FLASHINGS 5. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: 1. Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 2. Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal in accordance with cited sheet metal standard to provide for proper installation of elastomeric sealant. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. G. Seams: 1. Tin edges to be seamed, form seams, and solder. 2.6 SHEET METAL FABRICATIONS A. See Material Component Schedule on Construction Drawings. PART 3 - EXECUTION 3.1 INSTALLATION OF UNDERLAYMENT A. Self -Adhering, High -Temperature Sheet Underlayment: 1. Install self -adhering, high-temperature sheet underlayment; wrinkle free. 2. Prime substrate if recommended by underlayment manufacturer. 3. Comply with temperature restrictions of underlayment manufacturer for installation; use primer for installing underlayment at low temperatures. 4. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. 5. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps and edges with roller. 6. Roll laps and edges with roller. INDIAN RIVER COUNTY —COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 7. Cover underlayment within 14 days. 3.2 INSTALLATION, GENERAL PAGE 6 SECTION 076200 SHEET METAL AND FLASHINGS A. Install sheet metal flashing and trim to comply with details indicated and recommendations of cited sheet metal standard that apply to installation characteristics required unless otherwise indicated on Drawings. 1. Install fasteners, solder, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 2. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. 4. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. 5. Install continuous cleats with fasteners spaced not more than 12 inches (300 mm) O.C. 6. Install exposed sheet metal flashing and trim with limited oil -canning, and free of buckling and tool marks. 7. Do not field cut sheet metal flashing and trim by torch. B. ,Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure -treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of stainless steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. 1. Space movement joints at maximum of 10 feet (3 m) with no joints within 24 inches (600 mm) of corner or intersection. 2. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. INDIAN RIVER COUNTY — COURTHOUSE PAGE 7 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 25, 2021 SHEET METAL AND FLASHINGS 1. Use sealant -filled joints unless otherwise indicated. a. Form joints to completely conceal sealant. b. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. C. Adjust setting proportionately for installation at higher ambient temperatures. 1) Do not install sealant -type joints at temperatures below 40 deg F (4 deg C). 2. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. 1. Pretin edges of sheets with solder to width of 1-1/2 inches (38 mm); however, reduce pretinning where pretinned surface would show in completed Work. 2. Do not use torches for soldering. 3. Heat surfaces to receive solder, and flow solder into joint. a. Fill joint completely. b. Completely remove flux and spatter from exposed surfaces. 4. Stainless Steel Soldering: a. Tin edges of uncoated sheets, using solder for stainless steel and acid flux. b. Promptly remove acid -flux residue from metal after tinning and soldering. C. Comply with solder manufacturer's recommended methods for cleaning and neutralization. 3.3 INSTALLATION OF ROOF FLASHINGS A. Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. 1. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. 2. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Roof Edge Flashing: 1. Install roof edge flashings in accordance with ANSI/SPRI/FM 4435/ES-1. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3 - inch (75 -mm) centers. INDIAN RIVER COUNTY — COURTHOUSE PAGE 8 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 25, 2021 SHEET METAL AND FLASHINGS 3.4 INSTALLATION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 3.5 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. 3.6 PROTECTION A. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. B. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures, as determined by Architect. END OF SECTION 076200 INDIAN RIVER COUNTY — COURTHOUSE LOW SLOPE - ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Butyl joint sealants 1.2 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples: For each kind and color of joint sealant required. C. Product test reports. D. Warranties. PAGE 1 SECTION 079200 JOINT SEALANTS 1.3 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. 1.4 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint - sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Ten years from date of Substantial Completion. INDIAN RIVER COUNTY — COURTHOUSE ' PAGE 2 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 25, 2021 JOINT SEALANTS PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL 2.2 SILICONE JOINT SEALANTS A. Mildew -Resistant Neutral -Curing Acid -Curing Silicone Joint Sealant: ASTM C 920. 1. Manufacturers: Subject, to compliance with requirements, provide products by one of the following: a. BASF Building Systems. b. Dow Corning Corporation. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.3 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Sika Corporation; Construction Products Division. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.4 SOLVENT -RELEASE -CURING JOINT SEALANTS (Butyl) A. Butyl -Rubber -Based Joint Sealant: ASTM C 1311. 1. Products: Subject to compliance with requirements, provide the following: a. Bostik, Inc.; Chem -Calk 300. b. Pecora Corporation; BC -158. C. Tremco Incorporated; Tremco Butyl Sealant. INDIAN RIVER COUNTY - COURTHOUSE PAGE 3 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 25, 2021 JOINT SEALANTS 2.5 JOINT SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. 2.6 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions. 1. Remove laitance and form -release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. INDIAN RIVER COUNTY - COURTHOUSE PAGE 4 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 25, 2021 JOINT SEALANTS 3.2 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant - backings that have become wet before sealant application and replace them with dry materials. C. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.3 FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows: INDIAN RIVER COUNTY — COURTHOUSE PAGE 5 LOW SLOPE - ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 25, 2021 JOINT SEALANTS a. Perform 3 tests for each type of adhesive and at each material type. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull , Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. B. Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.4 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. All non -painted joints which are exposed to weather elements: 2. Joint Sealant: Silicone. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. At all painted joints which are exposed to weather elements. 2. Joint Sealant: Urethane. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. At all joints which are concealed and not directly exposed to weather elements. 2. Joint Sealant: Butyl. 3. Joint -Sealant Color: Grey. END OF SECTION CONSTRUCTION DOCUMENTS TECHNICAL SPECIFICATIONS FOR THE INDIAN RIVER COUNTY COURTHOUSE ENTRANCE CANOPIES METAL ROOFING REPLACEMENT PROJECT IRC - 2101 JANUARY 25, 2021 PREPARED FOR: INDIAN RIVER COUNTY, FLORIDA PREPARED BY: iii► ■t■t JAY AMMON ARCHITECT, INC. 3246 LAKEVIEW OAKS DRIVE • LONGWOOD, FLORIDA 32779 • FAX (407) 333-4686 • OFFICE (407) 333-1977 INDIAN RIVER COUNTY COURTHOUSE PAGE 1 ENTRANCE CANOPIES - METAL ROOFING REPLACEMENT PROJECT SECTION 000001 JANUARY 25, 2021 TABLE OF CONTENTS INDEX TO PROJECT MANUAL THE CONTRACTOR IS REQUIRED TO COMPARE THIS PROJECT MANUAL WITH THE INDEX BELOW FOR COMPLETENESS. IF ANY PAGES ARE MISSING OR ILLEGIBLE IT IS THEIR RESPONSIBILITY TO REQUEST REPLACEMENTS FROM THE ARCHITECT. DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS SECTION 00001 TABLE OF CONTENTS SECTION 00002 DRAWING LIST SECTION 00005 A/E'S OF RESPONSIBILITY DIVISION 1 - GENERAL REQUIREMENTS (See Volume 1 Project Manual for Owner Provided Division 1 Requirements) DIVISION 2 - SITE WORK SECTION 024119 SELECTIVE DEMOLITION DIVISION 3 - NOT USED DIVISION 4 - NOT USED DIVISION 5 - NOT USED DIVISION 6 -WOOD AND PLASTICS SECTION 061000 ROUGH CARPENTRY DIVISION 7 -THERMAL AND MOISTURE PROTECTION SECTION 074110 STANDING -SEAM METAL ROOF PANELS SECTION 076200 SHEET METAL FLASHING AND TRIM SECTION 079200 JOINT SEALANTS DIVISION 8 - NOT USED DIVISION 9 - FINISHES SECTION 092513 ACRYLIC PLASTER FINISH DIVISION 10 - 32 - NOT USED INDIAN RIVER COUNTY COURTHOUSE ENTRANCE CANOPIES - METAL ROOFING REPLACEMENT PROJECT JANUARY 25, 2021 DRAWING INDEX SHEET NUMBER: SHEET TITLE: REVISION: C1.0 COVER SHEET 0 A1.1 SYMBOLS, ABBREVIATIONS 0 AND CODE INFORMATION 0 A1.2 GENERAL NOTES 0 A1.3 SCOPE OF WORK 0 A1.4 LOCATION AND SITE PLAN 0 A2.1 DEMOLITION ROOF PLAN 0 A2.2 ENLARGED PROPOSED ROOF PLANS 0 A2.3 ENLARGED REFLECTED CEILING PLANS 0 A2.4 ENLARGED WIND UPLIFT PRESSURE ROOF PLANS 0 A2.5 ENLARGED ROOF DRAINAGE PLANS 0 A3.1 ROOF DETAILS 0 A3.2 ROOF DETAILS 0 A3.3 EXTERIOR CEILING AND DRAINAGE DETAILS 0 A3.4 GUTTER AND DOWNSPOUT DETAILS 0 A4.1 EXISTING PHOTOGRAPHS 0 Contract drawings will be attached at the end of the project manual. PAGE 1 SECTION 000002 DRAWING INDEX ISSUE DATE: 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 25 JAN 2021 INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 ARCHITECT OF RECORD: Company: Telephone No: LANDSCAPE ARCHITECT OF RECORD: Company: Telephone No: STRUCTURAL ENGINEER OF RECORD: Company: Telephone No: CIVIL ENGINEER OF RECORD: Company: Telephone No: MECHANICAL ENGINEER OF RECORD: Company: Telephone No: ELECTRICAL ENGINEER OF RECORD: Company: Telephone No: AM&CS ENGINEER OF RECORD: Company: Telephone No: PAGE 1 SECTION 000005 A/E'S OF RESPONSIBILITY JAY AMMON AIA Jay Ammon Architect, Inc. 407-333-1977 N/A N/A N/A N/A N/A PROJECT MANAGER: Michael Heller Owner: INDIAN RIVER COUNTY — ENGINEERING DIVISION Telephone No: 772-226-1585 END OF SECTION INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 2 — SITE WORK SECTION 024119 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: PAGE 1 SECTION 024119 SELECTIVE DEMOLITION 1. Demolition and removal of selected portions of building or structure. 2. Salvage of existing items to be reused or recycled. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 INFORMATIONAL SUBMITTALS A. A pre -construction video and photos shall be submitted prior to mobilization or work commencing on the jobsite. 1.4 CLOSEOUT SUBMITTALS A. Landfill Records: Indicate receipt ,and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.5 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 15, 2021 SELECTIVE DEMOLITION B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. D. Engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs or preconstruction videotapes. INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 15, 2021 SELECTIVE DEMOLITION 3.2 UTILITY SERVICES AND MECHANICAUELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. Comply with requirements for existing services/systems interruptions specified in the Division 1 Documents. ' B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Disconnect, demolish, and remove fire -suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. C. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to -Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris - removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Comply with requirements for access and protection specified in Owner provided Division 1 documents. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 4 SECTION 024119 SELECTIVE DEMOLITION construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows:. 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed, or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame -cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 5. Dispose of demolished items and materials promptly. B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Protect items from damage during transport and storage. 3. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 024119 JANUARY 15, 2021 SELECTIVE DEMOLITION 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 6 — WOOD AND PLASTICS SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wood blocking and nailers. 2. Plywood PAGE 1 SECTION 061000 ROUGH CARPENTRY 1.2 ACTION SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements 1.3 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. B. Evaluation Reports: For the following, from ICC -ES: 1. Wood -preservative -treated wood. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules - writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT, JANUARY 15, 2021 PAGE 2 SECTION 061000 ROUGH CARPENTRY B. Maximum Moisture Content of Lumber: 15 percent for 2 -inch nominal (38 -mm actual) thickness or less, 19 percent for more than 2 -inch nominal (38 -mm actual) thickness unless otherwise indicated. 2.2 WOOD -PRESERVATIVE -TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat all rough carpentry unless otherwise indicated. E. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. F. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species. G. For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine; No. 2 grade; SPIB. 2. Eastern softwoods; No. 2 Common grade; NeLMA. 3. Northern species; No. 2 Common grade; NLGA. 4. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. 2.3 PLYWOOD A. Equipment Backing Panels: Plywood, DOC PS 1, Exterior, A -C in thickness indicated or, if not indicated. Match existing thickness. 2.4 FASTENERS A. General: Provide fasteners of size and type indicated. INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 061000 JANUARY 15, 2021 ROUGH CARPENTRY 1. Where rough carpentry is exposed to weather, in ground contact, pressure - preservative treated, or in area of high relative humidity, provide fasteners of Type 304 stainless steel. B. Power -Driven Fasteners: NES NER-272. C. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not splice structural members between supports unless otherwise indicated. C. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative - treated lumber. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION INDIAN RIVER COUNTY COURTHOUSE PAGE 1 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 074110 - STANDING -SEAM METAL ROOF PANELS PART 1 - GENERAL A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes standing -seam metal roof panels. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at project site. 1. Meet with Owner, Architect, Owner's insurer if applicable, metal panel Installer, metal panel manufacturer's representative, structural -support Installer, and installers whose work interfaces with or affects metal panels, including installers of roof accessories and roof -mounted equipment. 2. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 3. Review methods and procedures related to metal panel installation, including manufacturer's written instructions. 4. Examine support conditions for compliance with requirements, including alignment between and attachment to structural members. 5. Review structural loading limitations of deck, purlins, and rafters during and after roofing. 6. Review flashings, special details, drainage, penetrations, equipment curbs, and condition of other construction that affect metal panels. 7. Review governing regulations and requirements for insurance, certificates, and tests and inspections if applicable. 8. Review temporary protection requirements for metal panel systems during and after installation. 9. Review procedures for repair of metal panels damaged after installation. 10. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of panel and accessory. B. Shop Drawings: 1. Include fabrication and installation layouts of metal panels; details of edge conditions, joints, panel profiles, corners, anchorages, attachment system, trim, flashings, closures, and accessories; and special details. 2. Accessories: Include details of the flashing, trim, and anchorage systems, at a scale of not less than 1-1/2 inches per 12 inches (1:10). C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below. 1. Metal Panels: 12 inches (305 mm) long by actual panel width. Include clips, fasteners, closures, and other metal panel accessories. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C. Field quality -control reports. D. Sample Warranties: For special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For metal panels to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. UL -Certified, Portable Roll -Forming Equipment: UL -certified, portable roll -forming equipment capable of producing metal panels warranted by manufacturer to be the same as factory -formed products. Maintain UL certification of portable roll -forming equipment for duration of work. C. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of typical roof area and eave, including fascia, and soffit as shown on Drawings; approximately 48 inches (1200 mm) square by full thickness, including attachments, underlayment, and accessories. INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver components, metal panels, and other manufactured items so as not to be damaged or deformed. Package metal panels for protection during transportation and handling. B. Unload, store, and erect metal panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal panels horizontally on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal panels to ensure dryness, with positive slope for drainage of water. Do not store metal panels in contact with other materials that might cause staining, denting, or other surface damage. D. Retain strippable protective covering on metal panels during installation. 1.9 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal panels to be performed according to manufacturers' written instructions and warranty requirements. 1.10 COORDINATION A. Coordinate sizes and locations . of roof curbs, equipment supports, and roof penetrations with actual equipment provided. B. Coordinate metal panel installation with rain drainage work, flashing, trim, construction of soffits, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. 1.11 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal panel systems that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: a. Structural failures including rupturing, cracking, or puncturing. b. Deterioration of metals and other materials beyond normal weathering. INDIAN RIVER COUNTY COURTHOUSE PAGE 4 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 2. Warranty Period: 20 years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No.8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. C. Special Weathertightness Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace standing -seam metal roof panel assemblies that fail to remain weathertight, including leaks, within specified warranty period. . 1. Warranty Period: 20 years from date of Substantial Completion. D. Wind -Speed Warranty: Metal roof panels will resist blow -off or damage caused by wind speeds of up to 120 mph for 20 years from date of Substantial Completion. E. Installers Warranty: Contractor's form in which Contractor agrees to repair or replace standing -seam metal roof panel assemblies that fail to remain weathertight, including leaks, for 5 years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Energy Performance: Provide roof panels that are listed on the EPA/DOE's ENERGY STAR "Roof Product List" for steep -slope roof products. B. Structural Performance: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E 1592: 1. Wind Loads: As indicated on Drawings. 2. Deflection Limits: For wind loads, no greater than 1/180 of the span. C. Water Penetration under Static Pressure: No water penetration when tested according to ASTM E 1646 at the following test -pressure difference: 1. Test -Pressure Difference: 6.24 Ibf/sq. ft. (300 Pa). D. Hydrostatic -Head Resistance: No water penetration when tested according to ASTM E 2140. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 5 SECTION 074110 STANDING SEAM METAL ROOF PANELS E. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 STANDING -SEAM METAL ROOF PANELS A. General: Provide factory -formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weathertight installation. 1. Aluminum Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1637. B. Vertical -Rib, Double Locked, Standing -Seam Metal Roof Panels: Formed with vertical ribs at panel edges and intermediate stiffening ribs symmetrically spaced] between ribs; designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels, engaging opposite edge of adjacent panels, and mechanically seaming panels together. Panels are to be formed to comply with existing building radius configurations. Subject to compliance with the construction documents, the following manufacturers are approved: a. Peterson Aluminum b. Merchant and Evans C. I M ETCO 2. Aluminum Sheet: Coil -coated sheet, ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer, with temper as required to suit forming operations and structural performance required. a. Thickness: 0.040 inch (1.02 mm). b. Surface: Two equally spaced ribs. C. Exterior Finish: Two -coat fluoropolymer. d. Color: Match adjacent panels from manufacturer's standard colors. 3. Clips: Two-piece floating to accommodate thermal movement. a. Material: 0.062 -inch- (1.59 -mm-) thick, stainless-steel sheet. 4. Joint Type: Double Lock. 5. Panel Width: 16 inches (305 mm). 6. Panel Height: 2 inches (38 mm). INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 2.3 UNDERLAYMENT MATERIALS PAGE 6 SECTION 074110 STANDING SEAM METAL ROOF PANELS A. Self -Adhering, High -Temperature Underlayment: Provide self -adhering, cold -applied, sheet underlayment, a minimum of 40 mils thick, consisting of slip -resistant, polyethylene -film top surface laminated to a layer of butyl or SBS -modified asphalt adhesive, with release -paper backing. Provide primer over the cover board prior to installation of the underlayment. 1. Thermal Stability: Stable after testing at 250 deg F (116 deg C); ASTM D 1970. 2. Low -Temperature Flexibility: Passes after testing at minus 20 deg F (29 deg C); ASTM D 1970. 3. Subject to compliance with the construction documents, the following manufacturers are approved: a. Carlisle WIP 300HT b. Grace Ice & Water Shield HT 2.4 MISCELLANEOUS MATERIALS A. Miscellaneous Metal Sub -framing and Furring: ASTM C 645; cold -formed, metallic - coated steel sheet, ASTM A 653/A 653M, G90 (Z275 hot -dip galvanized) coating designation or ASTM A 792/A 792M, Class AZ50 (Class AZM150) coating designation unless otherwise indicated. Provide manufacturer's standard sections as required for support and alignment of metal panel system. B. Panel Accessories: Provide components required for a complete, weathertight panel system including trim, copings, fasciae, mullions, sills, corner units, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal panels unless otherwise indicated. Closures: Provide closures at eaves and ridges, fabricated of same metal as metal panels. C. Flashing and Trim: Provide flashing and trim formed from same material as metal panels as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal panels. The drawings indicate the thickness of the metal. D. Gutters: Formed from material as designated within specification section 076200, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96 -inch- (2400 -mm-) long sections, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports spaced a maximum of 30 inches (914 mm) o.c., fabricated from same metal as gutters. The drawings indicate the thickness of the metal. E. Downspouts: Formed from material as designated within specification section 076200. Fabricate in 10 -foot- (3-m-) long sections, complete with formed elbows and offsets, of INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 7 SECTION 074110 STANDING SEAM METAL ROOF PANELS size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Finish downspouts to match gutters. F. Panel Fasteners: Self -tapping screws designed to withstand design loads. G. Panel Sealants: Provide sealant type recommended by manufacturer that are compatible with panel materials, are non -staining, and do not damage panel finish. 1. Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, non -staining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. 2. Joint Sealant: ASTM C 920; elastomeric polyurethane or silicone sealant; of type, grade, class, and use classifications required to seal joints in metal panels and remain weathertight; and as recommended in writing by metal panel manufacturer. 3. Butyl -Rubber -Based, Solvent -Release Sealant: ASTM C 1311. 2.5 FABRICATION A. General: Fabricate and finish metal panels and accessories at the factory, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. On -Site Fabrication: Subject to compliance with requirements of this Section, metal panels may be fabricated on-site using UL -certified, portable roll -forming equipment if panels are of same profile and warranted by manufacturer to be equal to factory - formed panels. Fabricate according to equipment manufacturer's written instructions and to comply with details shown. All panels must be continuous. No end joints are permitted. C. Provide panel profile, including major ribs and intermediate stiffening ribs for full length of panel. D. Fabricate metal panel joints with factory -installed captive gaskets or separator strips that provide a weathertight seal and prevent metal -to -metal contact, and that minimize noise from movements. E. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with manufacturer's recommendations and recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Form exposed sheet metal accessories that are without excessive oil canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. INDIAN RIVER COUNTY COURTHOUSE PAGE 8 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 2. Seams for Aluminum: Adhere with Methacrylate Adhesive for all non-moving joints and seams. Basis of Design: "SG300" manufactured by SCIGRIP Adhesives. Provide mock-up for Owner / Architect approval. 3. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate sealant and to comply with SMACNA standards. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 5. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal recommended in writing by metal panel manufacturer. a. Size: As indicated, as recommended by SMACNA's "Architectural Sheet Metal Manual" or metal panel manufacturer for application, but not less than thickness of metal being secured. 2.6 FINISHES A. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in same piece are unacceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Aluminum Panels and Accessories: 1. Two -coat fluoropolymer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal panel supports, and other conditions affecting performance of the Work. . 1. Examine primary and secondary roof framing to verify that rafters, purlins, angles, channels, and other structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. 2. Examine solid roof sheathing to verify that .sheathing joints are supported by framing or blocking, and -that installation is within flatness tolerances required by metal roof panel manufacturer. INDIAN RIVER COUNTY COURTHOUSE PAGE 9 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS a. Verify that air- or water -resistive barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Examine roughing -in for components and systems penetrating metal panels to verify actual locations of penetrations relative to seam locations of metal panels before installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Miscellaneous Supports: If required, install sub -framing, furring, and other miscellaneous panel support members and anchorages according to ASTM C 754 and metal panel manufacturer's written recommendations. 3.3 UNDERLAYMENT INSTALLATION A. Self -Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply at locations indicated on Drawings, wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 inches (152 mm) staggered 24 inches (610 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Extend underlayment into gutter trough. Roll laps with roller. Cover underlayment within 14 days. Apply over the entire roof surface. B. Flashings: Install flashings to cover underlayment to comply with requirements specified in Section 076200 "Sheet Metal Flashing and Trim." 3.4 METAL PANEL INSTALLATION A. General: Install metal panels according to manufacturer's written instructions in . orientation, sizes, and locations indicated. Install panels perpendicular to supports unless otherwise indicated. Anchor metal panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Shim or otherwise plumb substrates receiving metal panels. 2. Flash and seal metal panels at perimeter of all openings. Fasten with self -tapping screws. Do not begin installation until air- or water -resistive barriers and flashings that will be concealed by metal panels are installed. 3. Install screw fasteners in predrilled holes. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Install flashing and trim as metal panel work proceeds. 6. No panel splices are permitted. INDIAN RIVER COUNTY COURTHOUSE PAGE 10 METAL ROOFING REPLACEMENT PROJECT SECTION 074110 JANUARY 15, 2021 STANDING SEAM METAL ROOF PANELS 7. Align bottoms of metal panels and fasten with blind rivets, bolts, or self -tapping screws. Fasten flashings and trim around openings and similar elements with self -tapping screws. 8. Provide weathertight escutcheons for pipe- and conduit -penetrating panels. B. Fasteners: 1. Aluminum Panels: Use stainless-steel fasteners. C. Anchor Clips: Anchor metal roof panels and other components of the Work securely in place, using manufacturer's approved fasteners according to manufacturers' written instructions. D. Metal Protection: Where dissimilar metals contact each other or corrosive substrates, protect against galvanic action as recommended in writing by metal panel manufacturer. E. Standing -Seam Metal Roof Panel Installation: Fasten metal roof panels to supports with concealed clips at each standing -seam joint at location, spacing, and with fasteners recommended in writing by manufacturer. 1. Install clips to supports with self -tapping fasteners. 2. Install pressure plates at locations indicated in manufacturer's written installation instructions. 3. Joint: Double lock joints with factory -applied butyl sealant. Completely engage all joints. 4. Watertight Installation: a. Apply a continuous ribbon of sealant or tape to seal joints of metal panels, using sealant or tape as recommend in writing by manufacturer as needed to make panels watertight. b. Provide sealant or tape between panels and protruding equipment, vents, and accessories. F. Accessory Installation: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. Install components required for a complete metal panel system including trim, copings, corners, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. Provide types indicated by metal roof panel manufacturers; or, if not indicated, types recommended by metal roof panel manufacturer. G. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. Install exposed flashing and trim that is without buckling and tool marks, and that is true to line and levels indicated, with exposed edges folded back to form hems. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 11 SECTION 074110 STANDING SEAM METAL ROOF PANELS Install sheet metal flashing and trim to fit substrates and achieve waterproof and weather -resistant performance. 2. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (610 mm) of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with mastic sealant (concealed within joints). H. Gutters: Join sections with riveted and welded sealed joints. Attach gutters to eave with gutter hangers and gutter straps, each spaced not more than 30 o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expansion. Downspouts: Join sections with telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch (25 mm) away from walls; locate fasteners at top and bottom and at approximately 60 inches (1524 mm) o.c. in between. 1. Provide elbows at base of downspouts to direct water away from building. 2. Connect downspouts to existing PVC downspouts. Roof Curbs: Install flashing around bases where they meet metal roof panels. K. Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten and seal to metal roof panels as recommended by manufacturer. 3.5 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal panel units within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines as indicated and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 3.6 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect metal roof panel installation, including accessories. Report results in writing. B. Remove and replace applications of metal roof panels where tests and inspections indicate that they do not comply with specified requirements. C. Additional tests and inspections, at Contractor's expense, are performed to determine compliance of replaced or additional work with specified requirements. D. Prepare test and inspection reports. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 3.7 CLEANING AND PROTECTION PAGE 12 SECTION 074110 STANDING SEAM METAL ROOF PANELS A. Remove temporary protective coverings and strippable films, if any, as metal panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. B. Replace metal panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 074110 INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Carlisle WIP 300HT 2. Grace Ice & Water Shield HT 1.2 PREINSTALLATION MEETINGS PAGE 1 SECTION 076200 SHEET METAL AND FLASHINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each of the following 1. Underlayment materials. 2. Elastomeric sealant. 3. Butyl sealant. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop- and field -assembled Work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion -joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration flashing. 9. Include details of edge conditions. 10. Include details of special conditions. 11. Include details of connections to adjoining work. INDIAN RIVER COUNTY COURTHOUSE PAGE 2 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of coping and roof edge flashing that is ANSI/SPRI/FM 4435/ES-1 tested. B. Sample warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance data. B. Special warranty. 1.6 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1.7 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. a. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies, including cleats, anchors, and fasteners, shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual: Architectural Metal Flashing, Condensation and Air Leakage Control, and Reroofing" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. SPRI Wind Design Standard: Manufacture and install copings and roof edge flashings tested in accordance with ANSI/SPRI/FM 4435/ES-1 and capable of resisting the following design pressure: INDIAN RIVER COUNTY COURTHOUSE PAGE 3 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 1. Design Pressure: As indicated on Drawings. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Stainless Steel Sheet: ASTM A240/A240M, Type 304, dead soft, fully annealed; with smooth, flat surface. 1. Finish: ASTM A480/A480M, No. 2D (dull, cold rolled) or shop pre -coated with PVDF coating; color to match roof and wall panels. C. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth surface. 1. Finish: Shop pre -coated with PVDF coating; custom color to match roof and wall panels. D. Sheet metal fastenings: 1. Rivets, nails, sheet metal screws, machine screws, self -tapping screws, and stove bolts, of the types and size best adapted to conditions of use. a. Stainless steel: Use Type 302 stainless steel or other type to match stainless steel being fastened. 2. Pop rivets, by United Shoe Machinery Corp., may be used for metal -to -metal connections when future disassembly is not required. Open-end type may be used for all applications except where watertight connections are required, in which case use closed-end type. Use pop rivets made from same type material as metals to be fastened. 2.3 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Sheet Underlayment: Minimum 30 mils (0.76 mm) thick, consisting of a slip -resistant polyethylene- or polypropylene -film top surface laminated to a layer of butyl- adhesive, with release -paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer in accordance with underlayment manufacturer's written instructions. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 4 SECTION 076200 SHEET METAL AND FLASHINGS 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. GCP Applied Technologies Inc. b. Henry Company. 2. Low -Temperature Flexibility: ASTM D1970/D1970M; passes after testing at minus 20 deg F (29 deg C) or lower. 3. Standard Testing method for linear dimensional changes of nonrigid thermoplastic sheeting or film at elevated temperature: ASTM D1204 — above 280 degrees F service temp.' 2.4 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. 2. Fasteners for Stainless Steel Sheet: Series 300 stainless steel. 3. Fasteners for Steel Sheet: Series 300 stainless steel C. Solder: 1. For Stainless Steel: ASTM 632, Grade Sn60, with acid flux of type recommended by stainless steel sheet manufacturer. 2. For Zinc -Coated (Galvanized) Steel: ASTM B32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. D. Sealant Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. E. Elastomeric Sealant: ASTM C920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 2.5 FABRICATION, GENERAL A. Custom fabricate sheet metal flashing and trim to comply with details indicated and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. 1. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 2. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 3. Verify shapes and dimensions of surfaces to be covered and obtain field measurements for accurate fit before shop fabrication. 4. Form sheet metal flashing and trim to fit substrates without excessive oil -canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 5. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: 1. Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 2. Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal in accordance with cited sheet metal standard to provide for proper installation of elastomeric sealant. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. G. Seams: 1. Tin edges to be seamed, form seams, and solder. 2.6 ROOF -DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section required, complete with end pieces, outlet tubes, and other accessories as required. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 6 SECTION 076200 SHEET METAL AND FLASHINGS 2. Fabricate in minimum 96 -inch- (2400 -mm-) long sections. 3. Fabricate expansion joints, expansion -joint covers, gutter bead reinforcing bars, and gutter accessories from same metal as gutters. Shop fabricate interior and exterior corners. B. Downspouts: .050 Aluminum, .060 Aluminum at bottom 6', primed and painted to match the wall color. C. Downspout Strap: .050 Aluminum, ASTM B209. D. Gutter: .050 Aluminum, ASTM 8209 E. Gutter Bracket: 1/8" x 1" Aluminum, ASTM B209. F. Gutter Strap: .050 Aluminum, ASTM B209. G. Gutter Throat: .050 Aluminum, ASTM 8209. H. Metal Cleat: 20 Gauge Stainless Steel, Type 316 I. Metal Counter -flashing Type 2:.040 Aluminum, ASTM B209. J. Metal Edge: .050 Aluminum, ASTM B209. K. One -Piece Transition Flashing: .050 Aluminum, ASTM B209. PART 3 - EXECUTION 3.1 INSTALLATION OF UNDERLAYMENT A. Felt Underlayment: Install felt underlayment, wrinkle free, using adhesive to minimize use of mechanical fasteners under sheet metal flashing and trim. 1. Install in shingle fashion to shed water. 2. Lap joints not less than 2 inches (50 mm). B. Self -Adhering, High -Temperature Sheet Underlayment: 1. Install self -adhering, high-temperature sheet underlayment; wrinkle free. 2. Prime substrate if recommended by underlayment manufacturer. 3. Comply with temperature restrictions of underlayment manufacturer for installation; use primer for installing underlayment at low temperatures. 4. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. 5. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps and edges with roller. 6. Roll laps and edges with roller. 7. Cover underlayment within 14 days. INDIAN RIVER COUNTY COURTHOUSE PAGE 7 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 3.2 INSTALLATION, GENERAL A. Install sheet metal flashing and trim to comply with details indicated and recommendations of cited sheet metal standard that apply to installation characteristics required unless otherwise indicated on Drawings. 1. Install fasteners, solder, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 2. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. 4. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. 5. Install continuous cleats with fasteners spaced not more than 12 inches (300 mm) O.C. 6. Install exposed sheet metal flashing and trim with limited oil -canning, and free of buckling and tool marks. 7. Do not field cut sheet metal flashing and trim by torch. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure -treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of stainless steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. 1. Space movement joints at maximum of 10 feet (3 m) with no joints within 24 inches (600 mm) of corner or intersection. 2. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. Use sealant -filled joints unless otherwise indicated. a. Form joints to completely conceal sealant. INDIAN RIVER COUNTY COURTHOUSE PAGE 8 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS b. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. C. Adjust setting proportionately for installation at higher ambient temperatures. 1) Do not install sealant -type joints at temperatures below 40 deg F (4 deg C). 2. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. 1. Pretin edges of sheets with solder to width of 1-1/2 inches (38 mm); however, reduce pretinning where pretinned surface would show in completed Work. 2. Do not use torches for soldering. 3. Heat surfaces to receive solder, and flow solder into joint. a. Fill joint completely. b. Completely remove flux and spatter from exposed surfaces. 4. Stainless Steel Soldering: a. Tin edges of uncoated sheets, using solder for stainless steel and acid flux. b. Promptly remove acid -flux residue from metal after tinning and soldering. C. Comply with solder manufacturer's recommended methods for cleaning and neutralization. 3.3 INSTALLATION OF ROOF -DRAINAGE SYSTEM A. Install sheet metal roof -drainage items to produce complete roof -drainage system in accordance with cited sheet metal standard unless otherwise indicated. Coordinate installation of roof perimeter flashing with installation of roof -drainage system. B. Hanging Gutters: 1. Join sections with riveted and soldered joints. 2. Provide for thermal expansion. 3. Attach gutters at eave or fascia to firmly anchor them in position. 4. Provide soldered end closures. 5. Slope to downspouts. 6. Install gutter with expansion joints at locations indicated on Drawings, but not exceeding, 40 feet (15.2 m) apart. Install expansion -joint caps. 3.4 INSTALLATION OF ROOF FLASHINGS A. Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturers written installation instructions, and cited sheet metal standard. INDIAN RIVER COUNTY COURTHOUSE PAGE 9 METAL ROOFING REPLACEMENT PROJECT SECTION 076200 JANUARY 15, 2021 SHEET METAL AND FLASHINGS 1. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. 2. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Roof Edge Flashing: 1. Install roof edge flashings in accordance with ANSI/SPRI/FM 4435/ES-1. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3 - inch (75 -mm) centers. 3.5 INSTALLATION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim -within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 3.6 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. 3.7 PROTECTION A. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. B. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures, as determined by Architect. END OF SECTION 076200 INDIAN RIVER COUNTY COURTHOUSE PAGE 1 METAL ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 15, 2021 JOINT SEALANTS DIVISION 7 — THERMAL AND MOISTURE PROTECTION SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Butyl joint sealants 1.2 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples: For each kind and color of joint sealant required. C. Product test reports. D. Warranties. 1.3 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. 1.4 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint - sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Ten years from date of Substantial Completion. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL 2.2 SILICONE JOINT SEALANTS A. Mildew -Resistant Neutral -Curing ASTM C 920. PAGE 2 SECTION 079200 JOINT SEALANTS Acid -Curing Silicone Joint Sealant: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BASF Building Systems. b. Dow Corning Corporation. C. Sika Corporation, Construction Products Division. 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.3 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Sika Corporation; Construction Products Division. b. BASF Building System C. Dow Corning Coroporation 2. Type: Single component (S). 3. Grade: nonsag (NS). 4. Class: 100/50. 5. Uses Related to Exposure: Nontraffic (NT). 2.4 SOLVENT -RELEASE -CURING JOINT SEALANTS (Butyl) A. Butyl -Rubber -Based Joint Sealant: ASTM C 1311. 1. Products: Subject to compliance with requirements, provide the following: a. Bostik, Inc.; Chem -Calk 300. b. Pecora Corporation; BC -158. C. Tremco Incorporated; Tremco Butyl Sealant. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 2.5 JOINT SEALANT BACKING PAGE 3. SECTION 079200 JOINT SEALANTS A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. 2.6 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions. 1. Remove laitance and form -release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 3.2 INSTALLATION PAGE 4 SECTION 079200 JOINT SEALANTS A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. C. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.3 FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: Extent of Testing: Test completed and cured sealant joints as follows: INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 079200 JANUARY 15, 2021 JOINT SEALANTS a. Perform 3 tests for each type of adhesive and at each material type. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure,,in ASTM C 1521. B. Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.4 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. All non -painted joints which are exposed to weather elements: 2. Joint Sealant: Silicone. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. At all painted joints which are exposed to weather elements. 2. Joint Sealant: Urethane. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. At all joints which are concealed and not directly exposed to weather elements. 2. Joint Sealant: Butyl. 3. Joint -Sealant Color: Black. END OF SECTION INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 DIVISION 9 — FINISHES SECTION 092513 — ACRYLIC PLASTER FINISH PART 1.00 - GENERAL 1.01 SECTION INCLUDES A. Textured finish system for exterior cement board soffic surfaces. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Sealants: Section 079200. 1.03 QUALITY ASSURANCE A. Comply with requirements of regulatory agencies. PAGE 1 SECTION 092513 ACRYLIC PLASTER FINISH 1. In addition to complying with other legal requirements, comply with fire -resistive ratings of UL tested and listed assemblies for classification of construction required. B. Reference specifications and standards: 1. ASTM B 117 (Federal Test Standard 141A Method 6061) Test Method of Salt Spray (Fog) Testing. 2. ASTM C 67 Test Method for Sampling and Testing Brick and Structural Tile. 3. ASTM C 150 Specification for Portland Cement. 4. ASTM C 297 Test Method for Tensile Strength of Flat Sandwich Constructions in Flatwise Plane. 5. ASTM C 1177 Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing 6. ASTM C 1396 (formerly C 79) Standard Specification for Gypsum Board 7. ASTM D 968 (Federal Test Standard 141A Method 6191) Test Method for Abrasion Resistance of Organic Coatings by Falling Abrasive. 8. ASTM D 3273 Test Method for Resistance to Growth of Mold on Surfaces. 9. ASTM E 84 Test Method for Surface Burning Characteristics of Building Materials. 10. ASTM E 96 Test Methods for Water Vapor Transmission of Materials. 11. ASTM E 331 Test Method for Water Penetration of Exterior Windows, Skylights, Doors and Curtain Walls by Uniform Static Air Pressure Difference. 12. ASTM G 23 (Federal Test Standard 141A Method 6151) Recommended Practice for Operating Exposure ApparatC. C. Manufacturer's Qualifications: The textured finish system manufacturer shall be a company with at least twenty years of experience in manufacturing specialty finishes and regularly engaged in the manufacture and marketing of products specified herein. The manufacturer shall have an ISO 9001:2008 certified quality system and ISO 14001:2004 certified environmental management system. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 2 SECTION 092513 ACRYLIC PLASTER FINISH D. Installer's Qualifications: The contractor shall be qualified to perform the work specified by reason of experience. Contractor shall have at least 5 years of experience in commercial textured finish application, and shall have completed at least 3 projects of similar size and complexity. Contractor shall provide proof before commencement of work that he/she will maintain and supervise a qualified crew of applicators through the duration of the work. When requested Contractor shall provide a list of the last three comparable jobs including the name, location, and start and finish dates for the work, E. Mock-ups: The contractor shall install a 4 ft. x 8 ft mock-up of the system for evaluation and approval by the design professional, building owner, or owner's representative/quality assurance agent. F. Testing: Testing shall be conducted as directed by the design professional, building owner, or owner's representative/quality assurance agent to verify soffit/ceiling assembly performance and adhesion to prepared substrates. 1.04 SUBMITTALS A. Procedure: In accord with Owner requests. B. Certificates: Manufacturer's certification that materials conform to Specifications requirements. C. Product data: Manufacturer's written recommendations for mix proportions and application for factory -prepared finish materials. D. Samples: The Contractor shall submit to the owner/architect two samples of each finish, texture and color to be used on the project. The same tools and techniques proposed for the actual installatioun shall be used to prepare the samples. Samples shall be 24 in. square panel to accurately represent each color and texture to be utilized on the project 1.05 PRODUCT HANDLING A. Procedures: In accord with Owner requests. B. Immediately remove from site all materials which have been delivered in broken, damaged, or unlabeled condition. C. Protect materials from dampness. D. Store materials indoors, off floor. E. Deliver products in original packaging, labeled with product identification, manufacturer and batch number. F. Store projects in a dry area with temperature maintained between 50 and 85 degrees F. Protect from direct sunlight. Protect from freezing. Protect from extreme heat above 90 degrees F. 1.06 WARRANTY A. Provide manufacturer's standard limited warranty. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PART 2.00 - PRODUCTS 2.01 MATERIALS PAGE 3 SECTION 092513 ACRYLIC PLASTER FINISH A. Textured Finish: High performance decorative and protective acrylic -based textyred wall finish with integral color, complies with SCAQMD Rule 1113 for acthirectural finishes. Basis of Design: Sto Essence DPR by Sto Corp. B. Primer: Acrylic -based saneded primer, complies with SCAQMD Rule 1113 for primers. Basis of Design: StoPrime by Sto Corp. C. Base Coat: One component polymer modified Portland cement high build base coat. Basis of Design: Sto BTS Plus by Sto Corp. D. Surface Reinforcement: maximum nominal 4.5 glass fiber reinforcing mesh by approved manufacturer. Basis of Design: Sto Mesh by Sto Corp. E. Coverboard: USG Securock or approved equal. 2.02 ACCESSORIES A. General: Comply with ASTM C 1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. B. Plastic Accessories: 1. Casing Beads: With perforated flanges in depth required to suit plaster bases indicated and flange length to suit application indicated. a. Square -edge style; use unless otherwise indicated. 2. Control Joints: One -piece -type, folded pair of unperforated screeds in M -shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. 3. Expansion Joints: Two-piece type, formed to produce slip -joint and square edges sized to match existing, with perforate concealed flanges. PART 3.00 - EXECUTION 3.01 EXAMINATION A. Examine surfaces for conditions that will adversely affect execution, permanence, and quality of work. B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Verify that surfaces to be plastered are free of dust, loose particles, oil, and foreign matter which would affect bond of plaster coats. INDIAN RIVER COUNTY COURTHOUSE METAL ROOFING REPLACEMENT PROJECT JANUARY 15, 2021 PAGE 4 SECTION 092513 ACRYLIC PLASTER FINISH D. Examine framing, grounds, and accessories to ensure that finished plaster surfaces will be true to line, level and plumb, without requiring additional thicknesses of plaster. Soffit board surface shall not have irregularities in excess of 1/16". 3.02 PREPARATION A. Cover or otherwise protect finish materials subject to damage by plaster. B. Cover and protect all adjacent surfaces from plaster stains, including surfaces which will be covered by other finish materials. 3.03 MIXING A. Mix products in accordance with manufacturer's published literature. Refer to applicable product bulletins for specific information on use, handling, application, precautions and limitations of specific products. 3.04 APPLICATION A. General: 1. Install corrosion proof termination accessories per ASTM D1784 (PVC) with perforated flanges for keying of the base coat at junctures with penetrations such as soffit vents, electrical fixtures, and with abutting walls and columns. Install corrosion proof control joints per ASTM D1784 (PVC) with perforated flanges for keying of the base coat at intervals as required by the soffit board manufacturer. 2. Reinforce perforated flanges of accessories with minimum 4 inch (102 mm) wide strips mesh embedded in base coat. Where cement board is used tape joints between boards with minimum 4 inch (102 mm) wide mesh and skim with base coat. Alternatively tape joints with minimum 4 inch (1023 mm) wide mesh embedded in base coat. Allow base coat to dry. 3. Install nominal 1/8 -inch (3 mm) base coat by trowel to the soffit/ceiling board surface. Work horizontally or vertically in strips of 40 inches (1016 mm), and immediately embed the mesh into the wet base coat by troweling from the center to the edge of the mesh. Overlap mesh installed at perforated accessory flanges by installing mesh up to the termination bead of the accessory. Overlap mesh not less than 2-'/Z inches (64 mm) at mesh seams and feather at seams. Double wrap all inside and outside corners with minimum 8 -inch (203 mm) overlap in each direction (except where corner bead is used at outside corners lap mesh over perforated flange of accessory). Avoid wrinkles in the mesh. The mesh must be fully embedded so that no mesh color shows through the base coat when it is dry. Re -skim with additional base coat if mesh color is visible. Do not install base coat and mesh onto solid (unperforated) portions of accessories. 4. When the base coat application is dry apply the primer by brush or roller to the entire base coat surface. 5. When the primer application is dry apply the textured finish by trowel. Apply finish in a continuous application, and work to a wet edge. Float the finish to achieve the desired texture. INDIAN RIVER COUNTY COURTHOUSE PAGE 5 METAL ROOFING REPLACEMENT PROJECT SECTION 092513 JANUARY 15, 2021 ACRYLIC PLASTER FINISH 6. Control joints shall be installed to match existing, not exceeding more than 20 linear feet or soffit areas which exceed 200 square feet. Expansion joints shall be installed at existing locations. , D. Cleaning: 1. All excess materials shall be removed from the job site by the Contractor in accordance with contract provisions. 2. All surrounding areas, where acrylic plaster finish system was installed, shall be left free of debris and foreign substances resulting from the Contractor's work. E. Protection: Provide protect of the installed material from water infiltration into or behind them during and after construction. Provide protection of installed materials from dust, dirt, precipitation, freezing and continuous high humidiy until they are fully dry. Seal penetrations through the finished surface with backer rod and sealant or other appropriate means. END OF SECTION APPEN DIX A PERMITS Appendix A -Permits F:\PublicWorkskENGINEERING DIVISION PROJECTSW64 IRC Courthouse Roof Replacementll-Admin\Bids\Bid DocumentsWaster Bid D ocu ments\AP P EN D I X. docx INDIAN RIVER COUNTYBUILDINGDEPARTMENT RE -ROOFING / ROOF REPAIR PERMIT APPLICATION6 i•❑RE-ROOF ❑REPAIRS [-]RECOVERING' (ROOF OVER) Job Address: 2000 16th Avenue, Vero Beach, Florida 32960 Parcel #: 66734 .33302000010450000001.0 RESIDENTIAL ❑Single Family Detached ❑Single Family Attached COMMERCIAL2 OStand Alone Building ❑Other JOB DESCRIPTION: Indian River County Courthouse - Low Slope Roofing Replacement Project Owner: Indian River County Government (Michael Heller) Phone: 772-226-1585 Contractor: N/A (Project Has Not Bid) Phone: N/A Email: N/A Contractor FAX: N/A Contractor License Number: N/A Engineer: N/A Phone: N/A Contract Value: $ 1,511,250.00. (Approx) Value of Structure': $ IRC Certificate M N/A Email: N/A Year Built: 1.992 TOTAL ROOF SQ. FEET (not squares): 48,750.00 REPAIRS AREA SQ. FEET (not squares): 48,750.00 PERCENT of ROOF REPAIR AREA: 100 % (cannot exceed 25% of TOTAL roof area, see NOTES, Page 9) Roof Slope: -25 . 12Existing Roof Covering: Coated Modified Bitumen Membraneffgld lnsulatbrJStmoural Lightwelght CometelComete Dock New Material: ❑ Shingles Q Metal 2,4 ❑■ Low Slope 24 ❑ Tile 2.4,7 ❑ Other WIND SPEED ❑150 mph ❑160 mph ❑■ Other 170 Exposure Category: ❑ B ❑■ C ❑ D Mean Roof Height: Multiple PLEASE SEE PAGES 6.8 OF THE APPLICATION TO COMPLETE THE BELOW INFORMATION. PLEASE NOTE THAT ROOF PRESSURES ARE NOW DEPENDENT ON ROOF PITCH AND SPECIFIC ROOF TYPE. GABLE OR FLAT - ROOF PITCH ❑M 0 -1 '/2:12 ZONE 1, 1, 79.2 ZONE 2 104.4 ZONE 3 142.3 GABLE - ROOF PITCH ❑ >1 '/2:12 - 6:12 ZONE 1, 2e ZONE.2n, 2r, 3e ZONE 3r GABLE ROOF PITCH ❑ >6:12 -12:12 ZONE 1, 2e, 2r ZONE 2n, 3r ZONE 3e HIP - ROOF PITCH ❑ >1 '/2:12 -41/2 :12 ZONE 1 ZONE 2r ZONE 2e, 3 HIP-- ROOF PITCH ❑ >4 %:12 - 6:12 ZONE 1 ZONE 2e, 2r, 3 HIP—ROOF PITCH ❑ >6:12 -12:12 ZONE 1 ZONE 2e ZONE 2r ZONE 3 NAILING: ROOF SHEATHING TO BE NAILED ❑ 4" O.C. ❑ 6" O.C. WITH NAILS ❑ Recovering 2,' Roof Recovering is NOT allowed unless you meet the following criteria: (1) An existing roof covering that was installed with the original construction of the building structure after March 1, 2002 or (2) A re - roof permit e-roofpermit after October 1, 2007. All Site Built Single Family Residential Re -Roofs, regardless of value, shall comply with the following: Re -fastening: All sheathing / decking shall be fastened in accordance with the Florida Existing Building Code. Any roof sheathing with existing nails spaced greater than 6" O.C. requires additional nails to provide a minimum of 6" O.C. nail spacing. All stapled sheathing requires complete re -nailing. Added nails shall be 2 1/4" 8d ring shank round head minimum or the requirements in Miami -Dade NOA or Florida Product Approval whichever is applicable. See page 4 of application for Footnote Explanations. Page 1 of 9 �VEk INDIAN RIVER COUNTY B UILDING DEPARTMENT o` y d O j0P ROO SUMMARY- For multiple roof sections/systems complete all applicable sections. UNDERLAYMENT: For slopes 2:12 to .less than 4.12 1ST -PLY PRODUCT: ❑ SELF -ADHERING ❑ MECHANICAL ATTACHMENT 2nd-PLYPRODUCT: ❑ SELF -ADHERING ❑ MECHANICAL ATTACHMENT Note: Select a System (1-3) below by checking the box to the left of the diagrams. FEW 4 -foot x 8=loot roof sheathing Metal drip edge e� Fascia Metal drip edge Sell -adhering polymer modified bitumen membrane complying with ASTM D1970 applied over the entire roof. All laps to be In accordance with the manufacturers instaliaiion'ldstrucllons. .'�Ttw mysisd A5tM . .b?Ie iiW.M aIASrM� Da1109•ypaalaorry-.'. Metal dib ado. 124Intchantarnm - - , —`--4- - 38 lncltea 19/ End Ia aths0 .. . . i ba 6 kyles 04nch and -1a Mo and Md lap, A—b, rig a delmmed evert rAN Wilt n*W a past's cops Cep d�wnatea not mss than 1 Inch. Nei an.* d.—W net I- pen 0.003 Inch. Metal cap lhtymeaa npl it. than 32-9.r atk't metal a "1 itch fa p—,down fas:.anars. Plastic cap adti& wipe pn!Optasa not loss than OD35 InctL System # 1- Apply a Self -Adhering Polymer - Modified Bitumen underlayment:complying with ASTM D 1970 applied over entire roof deck. System #2- Apply two layers of felt underlayment complying with .ASTM D226 Type II. or ASTM D4869 Type I.II or 'IV or two layers of a synthetic underlayment meeting the performance requirements specified, :lapped and .fastened as specified. Apply a 19 -inch strip of underlayment felt parallel to and starting .at the eaves. Starting at the eave, apply a 367inch wide sheet of underlayment, overlapping successive sheets 19 inches; end laps shall be 6 inches and offset by 6 feet. Where felt underlayment is used it must be 30# or equivalent. For slopes 4:12 or greater the above options are available or applicant can use the below option. Please note that the option below is NOT ALLOWED for slopes less than 4:12. 4 footle 8 leet'roof Sheathing 'Stagg ` er. . yews bitumen 6 -Inch and laps V Fascia--- Metal dripedge—� Annular ring or deformed shank nags with motel or plastic caps. Cap diameter not less than t inch. Nail shank diameter not less than 0.083 Inch. Metal cap thickness not less than 32 -gage sheet metal or 0.01 Inch for power -driven fasteners. Plastic cap outside edge thickness not less than 0.035 inch. Illustrations: FEMA Hurricane Michael in Florida Recovery Advisory System # 3- Apply a minimum 4 -inch wide strip of self -adhering polymer -:modified bitumen complying with ASTM D1970 or a minimum 3 3/a -inch wide strip of self -adhering flexible flashing tape complying with AAMA 711, applied over all joints in roof decking. Underlayment shall be applied shingle fashion, parallel to and starting from the eave and. lapped 4 -inches, end laps shall be 6 inches and shall be offset by 6 .feet. The underlayment shall be attached to a nailable deck with two staggered rows in :the field of the sheet with a maximum fastener spacing of 12 inches o.c. and one row at the end and side laps fastened 6 inches o.c. Where felt underlayment .is used it must be 30# or equivalent. Page 2 of 9 .�1Vt's!j INDIANRIVER COUNTY BUILDING DEPARTMENT QUA P• . Gp 1V ROOF COVERING: ❑SHINGLE - Min. 2:12 slope ❑TILE- Min. 2:12 Slope ❑METAL Min. /:12 Standing seam Refer to FRSA Min. 1,:12 with Lap sealant SKYLIGHTS: ❑ YES ❑ NO Min. 3:12 without Lap Sealant (if Yes, complete page 5 with Product Approval Information) ❑SHINGLE/ SHAKE MANUFACTURER: BRAND/MODEL: ❑TILE MANUFACTURER: BRAND/MODEL: [--]MECHANICALLY ATTACHED WITH: SCREW(S) PER TILE OR NAIL($) PER TILE ❑ADHESIVE'SET TILE E1.1 -PART ADHESIVE FOAM 02 -PART ADHESIVE FOAM ❑PATTY SIZE - ---------------------------------------------- ❑METAL ROOF MANUFACTURER: GAGE: 05-V ❑STANDING SEAM FASTENER SPACING: ZONE -1* ZONE -2' ZONE -3* ROW SPACING : ZONE -1* ZONE -2' ZONE -3* LAP SEALANT REQUIRED ❑ YES ❑ NO *REFER TO PAGE 1 OF THE APPLICATION FOR APPLICABLE ZONES LOW SLOPE ROOFING: For slopes less than 2:12 For One and Two Family Dwellings refer to Pressure Sheet on Page 6 for applicable roof pressures. System # shown in Miami -Dade N.O.A. or Florida Product Approval FL 10342-R14 C -A-36 ❑■ MODIFIED BITUMEN ❑THERMOPLASTIC SINGLE -PLY ❑OTHER ANCHOR SHEET: IREX 40 BY SIPLAST ❑■ SELF -ADHERING For Mechanical Attachment complete section below FASTENER: Torch Applied to Concrete Substrate FASTENER SPACING: ZONE -1 ZONE -2 ZONE -3 ROW SPACING : ZONE -1 ZONE -2 ZONE -3 INSULATION: -Polyisocyanurate / Cementitious Coverboard FASTENER: Adhered t0 Anchor Sheet FASTENER. SPACING: ZONE -1 ZONE -2. ZONE -3 ROW SPACING: ZONE -1 BASE PLY: Siplast Paradiene 20 FASTENER: Torch Applied to Coverboard FASTENER SPACING: ZONE -1 ROW SPACING : ZONE -1 ZONE -2 ZONE -3. ❑■ .SELF -ADHERING For Mechanical AHachment complete section below ZONE -2 ZONE -2 ZONE -3 ZONE -3 CAP PLY PRODUCT: Siplast Paradiene 30FR ATTACHMENT: Torch Applied t0 Base Ply Page 3 of 9 "'vER INDIAN RIVER CO UNTY B UILDING DEPA R TMENT 0a, z LOR1�� Applicant's Affirmation I affirm that I have verified that the roof components marked on roof summary pages are designed to be installed in coniunction with each other and as such meet all Miami -Dade NOA, Florida Product Approval and code requirements as a single component. Application is hereby made to obtain a permit to do the work and installations as indicated. I certify that no work or installation has commenced prior to the issuance of a permit, and that all work will be performed to meet the standards of all laws regulating construction, insurance, and worker's compensation. Properties on which earth spills or other debris falls shall be cleaned immediately. All streets, sidewalks, and curbs damaged due to this construction shall be repaired to the satisfaction of the engineering department prior to the issuance of certificate of completion. IN APPLYING FOR THIS PERMIT, I HEREBY ATTEST THAT I HAVE THE KNOWLEDGE AND UNDERSTANDING OF ALL THAT IS REQUIRED BY THE FLORIDA BUILDING CODE AND ALL LAWS AND REGULATIONS PERTAINING TO PERFORMING AND COMPLETING THIS TYPE OF WORK. Owner's Affidavit: I certify that all the fof4going information is accurate appiica a s. re ng construction and zoning. 72 O gent Signature Contractor Signature and that all work will be done in compliance with all State of Florida, County of JkjjIkn 9iV4*_(_ State, of Florida, County of The foregoing instrument was acknowledge before me c"A day of fkL r �Ai 20� By &J , Z nd r 4 The foregoing instrument,was acknowledged before me day of By 20 who is`*Wsonally known or ❑produced identification who is ❑personally known or ❑produced identification Type of ID produced Printed Name of Notary Qn ►1e_ Signature otaN Notary .Se g CWZ41*0021 '�. �,z �'_ Norentber6, 2022 Type of ID produced Printed Name of Notary Signature of Notary Notary Seal 'Value: show proof of insured value of residential structure or a copy of the ad -valorem tax value. 'Commercial Roofs: Provide a roof plan with components and cladding pressures, location and size of applicable zones prepared by a Florida Licensed Engineer. A copy of the roofing material's Miami -Dade NOA or Florida Product Approval will be required with permit application. A Florida Licensed Engineer may need to data extrapolate the attachment requirements of the Product Approval to meet the components and cladding pressures of the roof or calculate the moment connection for a tile roof system. 'Repairs: Provide a roof sketch (Page -9) showing location of the repair and % of the repair area to total roof area. `RESIDENTIAL ONLY: Roof Zone Wind Pressure sheet (see Pages 6-8 of this application) must be completed. 6RESIDENTIAL/COMMERCIAL: Roof Recovering requires an inspection of the existing roof prior to work commencing. 6NOTE: ALL ROOF PERMITS REQUIRE ASKETCH TO BE SUBMITTED (SEE PAGE -9 OF THIS PERMIT PACKET) 7RESIDE NTIAL/COMMERICAL: If current roof covering is a lightweight system (shingle/metal/etc.) and roof covering is changing to a heavy system (tile), a Florida Licensed Design Professional must provide structural member/system verification for items such as wood or metal trusses, rafters, joists, etc. to ensure existing structural system is adequate for increased load. Page 4 of 9 � �v R INDIAN RIVER COUNTY BUILDING DEPARTMENT ��' o car ROOFING Product Approval Affidavit Form As required by Florida Statute 553.842 and Florida Administrative Code 96-72, please provide the information and the Product approval number(s) on the Roofing components listed below. In the event that any of the listed products in this form change during construction, this form must be revised and re -stamped. The following information must be available on the jobsite for inspections: 1. This entire product approval form, stamped as "Reviewed" by the Building Department Plans Examiner. 2. Miami -Dade NOA or Florida Product Approval referenced in the product approval form. 3. A copy of the manufacture's installation instructions, details and requirements for each product. Permit Number: Address: Contractor/Applicant: Category/Subcategory Approval Manufacturer Product/ Model Number Number(s) 1. Roof Sheathing Fasteners 2. Underly rrment 3. Asphalt Shingles 4. Roofing Tiles 5. Tile Adhesive 6. Tile Fasteners 7. Non -Structural Metal Roofing 8. Wood Shingles/Shakes 9. Wood Shingle/Shake Nails 10. Roofing Slate Built-up roofing 11. Modified bitumen 12. Single -Ply roofing system 13. Roofin insulation Liquid Applied Roof System 14. Cements - adhesives -.coatings 15. Sprayed -on Polyurethane System Other 16. Skylight 17. Other have reviewed the above components or cladding and these products provide adequate resistance to the wind loads and forces specified by current code provisions. Name: Signature: Date: Contractor License: Page. 5 of 9 OR1�PSNEER o INDIANRIVER COUNTYBUILDING DEPARTMENT A •�� THESE CHARTS ARE FOR 1 & 2 Family Dwellings ONLY THESE ARE THE COMPONENTS AND CLADDING WORST CASE DESIGN PRESSURES THAT CAN BE USED TO COMPLETE PAGE -1 OF THIS APPLICATION. PLEASE NOTE THAT THE 7T" EDITION CODE NOW REFERENCES DIFFERENT ROOF TYPES (FLAT, GABLE AND HIP) AND NEW ZONES. PLEASE USE THE CHART THAT CORRESPONDS TO SPECIFIC ROOF TYPE AND SLOPE. Gable or Flat Roof 0 to 7 degrees (0-11/2:12 Pitch) Gable and Flat Roofs 1.5/12 0.611 2 O.Gh 0.611 611 - 0.2h ------ -IIj` ---• 3 1 @ ;� 0 { f-- --------a Roof Slope Zones 160 Exp. 160 Exp. 160 Exp. 160 Exp. 160 Exp. 160 Exp. B B C C I D D One Story Two Story One Story Two Story One Story Two Story Roof Slope Zone1,1' -36.1 -44.0 -53.3 -61.6 -64.7 -73.1 >0 to 1 '/: Zone 2 -47.7 -58.1 -70.4 -81.4 -85.5 -96.5 :12 Zone 3 -64.9 -79.1 -95.8 -110.8 -116.3 -131.4 Roof Slope Zones 150 Exp. 150 Exp. 150 Exp. 150 Exp. 150 Exp. 150 Exp. B B C C D D One Story Two Story One Story Two Story One Story Two Story Roof Slope Zone1,1' -.31.8 -38.7 -46.9 -54.2 -56.9 -64.3 >0 to 1 '/s Zone 2 -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 :12 Zone 3 -57.1 -69.6 -84.3 -97.5 -102.4 -11.5.6 Roof coverings installed on buildings with a Mean Roof Height of 30' or less Exposures B, C or D. Table R301.2 [2] altered per R301.2.1.6 of the FBC Residential. One Story max. roof height of 15 ft., Two Story max. roof height of 30 ft. Zone 3 based on Figure R301.2 17] 160 mph winds east of 1 95 and 150 mph west of 195, per current I.R.C. Wind speed map. Diagrams from FloridaBuilding.org, 2020 Florida Building Code, Residential, 7th Edition Page 6 of 9 -OR1�P �YEk INDIAN RIVER COUNTY BUILDING DEPARTMENT Gable Roofs >7 degrees to 45 degrees (>1'/2:12 to 12:12 Pitch) Gable and Flat Roofs 1.5/12 to less than 12/12 a t : T ------------------------------------ 0 a= 4 Feet Roof Zones 160 Exp. 160 Exp. 160 Exp. 160 Exp. 160 Exp. 160 Exp. Slope B B C C D D One Story Two Story One Story Two Story One Story Two Story >1 % :12 Zone 1,2e -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 to Zone2n,2r,3e -61.1 -74.5 -90.2 -104.3 -109.6 -123.7 4'/z: 12 Zone 3r -66.5 -81.0 -98.1 -113.4 -119.1 -134.7 >4 %:12 Zone 1,2e -32.3 -39.3 -47.6 -55.1 -57.8 -65.3 to Zone2n,2r,3e -51.5 -62.8 -76.0 -88.0 -92.4 -104.3 6:12 Zone 3r -55.7 -67.5 -81.7 -94.5 -99.3 -112.1 >6:12 Zone 1,2e,2r -38.1 -46.4 -56.2 -65.0 -68.3 -77.1 to Zone 2n,3r -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 12:12 Zone 3e -48.1 -58.6 -71.0 -82.1 -86.2 -97.3 Roof Zones 150 Exp. 150 Exp: 150 Exp. 150 Exp. 150 Exp. 150 Exp. Slope B B C C D D One Story Two Story One Story Two -Story One Story Two Story >1 %:12 Zone 1,2e -36.9 -44.9 -54.4 -62.9 -66.1 -74.6 to Zone2n,2r,3e -53.7 -65.4 -79.2 -91.6 -96.2 -108.6 4 %:12 Zone 3r -58.4 -71.2 -86.2 -99.7 -104.7 -118.2 >4 %:12 Zone 1,2e -28.4 -34.6 -41.9 -48.5 -50.9 -57.5 to Zone2n,2r,3e -45.3 -55.2 -66.8 -77.3 -81.2 -91.7 6:12 Zone 3r -48.7 -59.3 -71.8 -83.1 -87.2 -98.5 >6:12 Zone 1,2e,2r -33.5 -40.8 -49.4 -57.2 -60.0 -67.8 to Zone 2n,3r -36.9 -44.9 -54.4 -62.9 -66.1 -74.6 12:12 Zone 3e -42.3 -51.5 -62.4 -72.1 -75.8 -85.5 Roof coverings Installed on buildings with a Mean Roof Height of 30' or less Exposures B, C or D. Table R301.2 [2] altered per R301.2.1.6 of the FBC Residential. One Story max. roof height of 15 ft., Two Story max, roof height of 30 ft. Zone 3 based on Figure R301.2 [7] 160 mph winds east of 1 95 and 150 mph west of 195, per current I.R.C. Wind speed map. Diagrams from FloridaBuilding.org, 2020 Florida Building Code, Residential; 7th Edition Page 7 of 9 INDIAN RI VER CO UNTY B UILDING DEPARTMENT r Hip Roofs >T degrees to 45 degrees (>I %:12 to 12:12 Pitch) Hip Roofs 1.5/12 to less than 12_/�1}2__�� I I 3 I a= 4 Feet Roof Zones 160 Exp. 160 Exp. 160 Exp.- 160 Exp. 160 Exp. 160 Exp. Slope B B C C D D One Story Two Story One Story Two Story One Story Two Story >1 %:12 Zone 1 -38.1 -46.4 -56.2 -65.0 .68.3 -77.1 to Zone 2r -49.6 -60.4 -73.1 -84.6 -88.8 -100.3 4 %:12 Zone 2e,3 -50.2 -61.2 -74.1 -85.7 -90.0 -101.6 >4 %:12 Zone 1 -30.4 -37.0 -44.8 -51.8 -54.4 -61.5 to Zone 2e,2r,3 -41.9 -51.0 -61.8 -71.4 -75.0 -84.7 6:12 >6:12 Zone 1 -32.3 -39.3 -47.6 -55.1 -57.8 -65.3 to Zone 2e -38.4 -46.8 -56.7 -65.6 -68.8 -77-7 . 12:12 Zone 2r -44.0 -53.6 -64.9 -75.1 -78.8 -89.0 Zone 3 -44-2 -53.8 -65.1 -75.4 -79.1 -89.4 Roof Zones 150 Exp. 160 Exp. 150 Exp. 150 Exp. 150 Exp. 150 Exp. Slope B B C C D D. One Story Two Story One Story Two Story One Story Two Story >1 %:12 Zone 1 -33.5 -40.8 -49.4 -57.2 -60.0 -67.8 to Zone 2r -43.6 -53.1 -64.3 -74.4 -78.1 -88.2 4 %:12 Zone 2e,3 -44.2 -53.8 -65.1 -75.4 -79.1 -89.4 >4 1%2:12 Zone 1 -26.7 -32.5 -39.4 -45.5 -47.8 -54.0 to Zone 2e,2r,3 -36.9 -44.9 -54.4 -62.9 -66.1 -74.6 6:12 >6:12 Zone 1 -28.4 -34.6 -41.9 -48.5 -50.9 -57.5 to Zone 2e -33.8 -41.2 -49.9 -57.7 -60.6 -68.4 12:12 Zone 2r -38.7 -47.1 -57.0 -66.0 -69.3 -78.2 Zone 3 1 -38.9 1 -47.4 1 -57.4 1 -66.4 1 .69.7 .78.7 Roof coverings Installed on buildings with a Mean Roof Height of 30' or less Exposures B, C or D. Table R301.2 121 altered per R301.2.1.6 of the FBC Residential. One Story max. roof height of 15 ft., Two Story max. roof height of 30 ft. Zone 3 based on Figure R301.2 171 160 mph winds east of 1 95 and 150 mph west of 195, per current I.R.C. Wind speed map. Diagrams from FloridaBuiiding.org, 2020 Florida Building Code, Residential, 7th Edition Page 8 of 9 a��e INDIAN RIVER COUNTY BUILDING DEPAR TMENT a �` ,� Rtpr• ROOF DIAGRAM REQUIRED FOR ALL ROOF PERMITS Residential Roofs: Provide a roof plan sketched below - to be completed by the contractor or owner -builder. Roof Plan: Illustrate all levels and sections, skylights, roof drains, scuppers, overflow scuppers and overflow drains. Include dimensions of sections and levels, clearly identify dimensions of elevated pressure zones and location of parapets. (Use area below or provide separate sheet, i.e. Property Appraiser's Sketch Page or Aerial View COMMERCIAL ROOFS - DO NOT USE THIS FORM. For Commercial Roofs provide a roof plan prepared and signed/sealed by a Florida Licensed Engineer stating wind design criteria and components and cladding pressures, location and size for zones 1, 2 and 3. NOTES: REPAIRS: PROVIDE A ROOF SKETCH SHOWING THE REPAIR AREAS AND PROVIDE DIMENSIONS AND SQUARE FOOT OF REPAIRS ALONG WITH THE TOTAL ROOF AREA. PROVIDE % OF TOTAL ROOF AREA BEING REPAIRED. FBCE 706.1.1: NOT MORE THAN 25 PERCENT OF THE TOTAL ROOF AREA OR ROOF SECTION OF ANY EXISTING BUILDING OR STRUCTURE SHALL BE REPAIRED, REPLACED OR RECOVERED IN ANY 12 -MONTH PERIOD UNLESS THE ENTIRE EXISTING ROOFING SYSTEM OR ROOF SECTION IS REPLACED TO CONFORM TO REQUIREMENTS OF THIS CODE. Page 9 of 9 _ CU m P N C C p Q E (n N C=00 N N M ,Ca L O U N ca 7 U (6 N > N 7 .� O > "a C E O O E u) N -0 u, �•c �"=0 �a°i ami E O � c N .it U C .N S n" 3 o c N U V ` O O O U o (0 m p E ?i U L Q O N N .V wL0M0M 0- (a O V O V O f6 N N � -0 fB a N +r Q• 53 UOO C j O fa -0 0 L m 3 (n Qj L U) U)C.. //�A, L > O N C O > 7 d > d � LO 0) CO :3 O t d Ln m IL U m U � 0 o C M O o U L N , LL (� C O O 2O U O CV Q a N d y N _ C d Of O lC R 2 O O H L d E E 7 = CO .0 Q E V 0 c g a 3o y L O ci Z �O. ,O = N Q k 04 C OO C C c — w M n m L •O v (a C- LU o- a) 'n c L U o'a L U o - D) 'a c m' m m• 30 aa))w 30 �0 (D L a)16 L �E2a) �E �.E' D L « 'C > L L C •' o m a) U a) O. C o m U N o m a) U a) n C 7 m m 0-0-0 Q v- 7 0'a w 7 O N 0,010 Q. a) N L a) �:R a) m U.) 0 = d4 0 O = E!? M E C m M E m E C �p O L .� O O L 0 L .c O O Q- a) UO CLO Q () U a) ai U) a) gym- O C j w t w C CD E O N No rn_ a) N a) 63 c a) a) 64 a) 63 C a) Q L QQ L Q L NJ O c 0 j C O 0 c j '= O C = 0 '= O C V7 a m a) Q2 NQ -a m 7 'D m a) Q 7 a) C a) > > > E C N a) N O � ° U O CO �omQ>0 a) m c E N c 3 N a O w rn o c a) MCM c 0 C CC 0 7 C Q 4) O n' N L_ a'A+ O m O a) ` O O C C N` C U N ,(D q) (D a 3 d p m E p .= U N LO N E p C a)"a)wm a o U U n0Q0E0 aNi m� m� LL M C U U O U Q m _ a 0 N 'a c a) Q CO U �` N a) m O U Q F- li a) u) �' � rn r a) a) a) m LL 0 000 O O 0000000 O O C) O rA 0 1L O O 0 O p,., 0 000 0 0 0000000 O o 0 0 += .J C) 0 W 'E u) ui ui � u) ui u) u) ui u) ui v) ui ui ui ui ui E E V) C) ui -a , r- r r- r- r- I- r rl- r- fl- r- r- r � p- � r- 6 r� r - CC (D6' 6)' 63 6)' 6)' 6. 6t 6} d} 69 6), 63 64 63 6? d3 EA d y 69 6) CL o- a Z E a E co tm C ° V Ec E s U m m c O o m L E' 7 3 �� rn� C a `� m �, Q c n rn m xN o >°a ° oma 0 -°'a m m c �, - � c m N a a o +� - —C L � A m a fA H cn a) (q m CD a) a) -0S_ i6 N C m N m E d C E (DjC_ C C O a) a) U U U m U m U .� 0 C C_ m a) O a) a S a) U S O U a) a) j_ .`. : .`. C .`. V 0_ N f6 '� L m a) N N ` U ` ca U a) U O O L U U U �p U N C a) tC 7 0 U E O N ' m N •� m O Q L O O 7 N s N O a) 7 N 'C m 3 0 V N V a) ` O O a) O a) 7 m Q QamwWwow drLa C C=maa N a m W co ik M 't u) C0 ti co 0 Or N M r d CO �— ti �-- a0 r O r O N N N N f U (( . 0 ° (U o . 0 C/ . »k» %§% �\ m > k/f \\k �\ /�2 oto /0 e % k e % • k . / § > 2 $ 7 m Owed = a S E /gym/ = a S 2 �§ / \ °� E\ °� / t ' e«[ e ° �«a [ a e m 0-00 U 0.2E §E k\( /\k 4 Lpcuw »C� coo -0 e �\2 ' k) ■ <0 E 7 E < % § '\ e \ / $ /� (U •5f �E 7E .E © >/ ■ ° o £ © 0 000 '® �— — r ■ % /\\ �2 ° 2e2 . S c . / ± c m <f� � � 0 \« � cc 2 2 3 E/ . a 12 . 2 _ § £ 0 e § g . ■ LL E k0000 0 0 0 0 0 0 7 c o e E 2 0 0 0 0 0 0 0 0 0 o e o o w o o E �0000 dada a a a w a a m a w �m 0 0 o g o Cl g o� 2f " C4" C4 q n A n CN m 04 a g «a CN' 04 m n , o a. \mmam \� a. �� U w LO 611, c . U w t 2 _ E 0 5 > .§ ■ CL ƒ/ LU $ ma 2 $ \ o$ $ $. b/ e CD c 2 S C q R � z D £ c c « o m o — E � / o— e— o e— k o • \. � ' $� § IL § 3 § 7 § ( % \ C / x m / $ c 5� ¥ E "0- 2 E 2 g E@ 2 E o ƒ) E/ cm E m o m E o a o 2- E m o : o E � o 6 2 E o = e 6 0 f o < �Bccc(D w I IOgmo . &moo WWoK q�\K \ % q R q # q 7q% \ % k /0 7f \ e O\ \\ I. Mcu � 5 C: 2 2> o e u v ) �0 c a)c a) £ ° g u 2 ƒ f . w 0 2-D § E t& \ m E \ £ m f E' cnA 0 CL 20 x M f( k 0 0 )to f E -J E -J 10 f © o u 0 �. E 2 t/ .2 f f x�a [ E x e 0 / E 0 0 Ca_ §k�2 k�$©o %@ 0 $0 -0M Q £ ? £ £ )m° m Q . eM -maE ■ fEfE E _ 2f > )±oE' of of 2 \ /Co e ca @ \ \ \o C',� ƒI /I (D g :> . C f E £t 27 �0E : dQ a. « § 2 . m c & 2 > d o ' = a) $ / ' 2 0 $ f ■�_ ® X22/, . K// Ca \kke m LL E\/C� E 0 q§ e Eƒ >g 772§2 z225 Lu E2 > a) _ -0/§ £o- Sg _\© +■m2 o m£/..�g� » ƒ=o &>,= -0o/ . ( ƒ $ 2 3.0 0. �/ $ k a o2§S(aoCL2 a E a e- 2: e ° k cn (a k f J: E f 7 o cL _ © o==E�=c § \/ R k E wE E E 0 kR R 2\000 a) w o © d 6 0 m a a .w w ± w - a s w e§ o £ o E LL a 2/ / J 7 LL 2 > 2 2 J k 0-0ƒ 611, t $ $ % £.� 0 0 0� < < f» E E° 2 &k °E / / C k CL \ / .' / � . > E $ o��a) k e I § #® £ � ƒ ,E : _ _ � § � o § � & • ■ tm c ■ 2 »§ e e a u/ 2 O ■ c e e e m e e,© g I£ m m m 2: ® « m 5 0 2 2- e 2 CL r I g $ � = M c e ° o o e � 7 2 4) 41) o: \ / 2 o. 0 2 ■ &<. k E 0) » 2@ » c 2@ ¥ ■ 2$ S ± 2 o o° ° ■ = c. \ o m _ ® . a '> g m L.c e « e » 'Cl): ■ , � � 0 � E o 0 o o = 0 _ 2 CL § c o f 3§ u E£ k E e W 2 e o ■ c c o 2 2 20 2 �az5. §- a � 2EaEI'21) %kk'-�IMC »§ / ■\ -<: $ 7 7 =/ / 2 °0oo kJ2 ■ ƒ II J &=c Q a < a- I o q n #. Ln = w mo= o n # \ «. # # # r