Loading...
HomeMy WebLinkAbout267-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 267-23 File Number: 2023-1287 MILESTONE CONSTRUCTION COMPANY, LLC (BID 23-42 - SERVICE AGREEMENT): A RESOLUTION TO AWARD BID #23-42 AND AUTHORIZE A CONTRACT WITH MILESTONE CONSTRUCTION COMPANY, LLC IN THE AMOUNT OF $344,115.00 FOR THE REPLACEMENT OF THE CITY HALL ROOF AND SKYLIGHT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $34,411.50, AND TO APPROVE A BUDGET ADJUSTMENT - CITY FACILITY IMPROVEMENTS BOND PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-42 and authorizes Mayor Jordan to sign a contract with Milestone Construction Company, LLC in the amount of $344,115.00for the replacement of the City Hall roof and skylight, and further approves a project contingency in the amount of $34,411.50. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on December 5, 2023 Page 1 Attest: CITY OF FAYETTEVILLE ARKANSAS MEETING OF DECEMBER 5, 2023 CITY COUNCIL MEMO 2023-1287 TO: Mayor Jordan and City Council THRU: Paul Becker, Chief Financial Officer FROM: Waylon Abernathy, Bond Projects & Construction Dir DATE: SUBJECT: Approval of Bid 23-42 Contract for the replacement of City Hall roof and skylight. RECOMMENDATION: Approval of Bid 23-42 Contract with Milestone Construction Co., LLC for the replacement of the City Hall roof and skylight in the amount of $378,526.50, which includes $34,411.50 in owner contingency, and approval of a budget adjustment. BACKGROUND: Resolution #80-23 approved the RFQ#22-10 contract with WER Architects for design and bid documents for the City Hall Roof and Skylight Replacement. DISCUSSION: The City Hall roof life cycle has passed and it is beyond its warranty. The skylight glazing system has broken seals, resulting in energy inefficiencies, as well as limited visibility. The project was publicly advertised and bid by our purchasing division. Five bids were received with Milestone submitting the low bid. BUDGET/STAFF IMPACT: This project is funded by the City Facilities bond fund. ATTACHMENTS: SRF (#3), BA (#4), Bid 23-42, Contract - Executed (#5), Bid 23-42, Appendix A - City Issued Bid (#6), Bid 23-42, Appendix B - Submittal - Milestone Construction Company, LLC - E (#7), Bid 23-42, Appendix C - Bid Tab - Final (#8) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas Y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2023-1287 Approval of Bid 23-42 Contract for the replacement of City Hall roof and skylight. A RESOLUTION TO AWARD BID #23-42 AND AUTHORIZE A CONTRACT WITH MILESTONE CONSTRUCTION COMPANY, LLC IN THE AMOUNT OF $344,115.00 FOR THE REPLACEMENT OF THE CITY HALL ROOF AND SKYLIGHT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $34,411.50, AND TO APPROVE A BUDGET ADJUSTMENT - CITY FACILITY IMPROVEMENTS BOND PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-42 and authorizes Mayor Jordan to sign a contract with Milestone Construction Company, LLC in the amount of $344,115.00for the replacement of the City Hall roof and skylight, and further approves a project contingency in the amount of $34,411.50. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Wade Abernathy Submitted By City of Fayetteville Staff Review Form 2023-1287 Item ID 12/5/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/17/2023 FACILITIES MANAGEMENT (140) Submitted Date Division / Department Action Recommendation: Approval of Bid 23-42 Contract with Milestone Construction Co., LLC for the replacement of the City Hall roof and skylight in the amount of $378,526.50, which includes $34,411.50 in owner contingency, and approval of a budget adjustment. Budget Impact: 4707.860.7710-5804.00 City Facilities 2022 Bonds Account Number Fund 46070.7710 City Facilities - City Hall Improvements Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 2,360,424.00 $ 2,360,424.00 $ 378,526.50 $ 378,527.00 e. 2,360,424.50 Previous Ordinance or Resolution # Approval Date: V20221130 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number FACILITIES MANAGEMENT (140) /Org2 2023 Requestor: Wade Abernathy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of Bid 23-42 Contract with Milestone Construction Co., LLC for the replacement of the City Hall roof and skylight in the amount of $378,526.50, which includes $34,411.50 in owner contingency, and approval of a budget adjustment. COUNCIL DATE: 12/5/2023 ITEM ID#: 2023-1287 Holly Black 7717312023 7:50 Pln RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.20231113 Account Name 4707.860.7710-5804.00 378,527 - 46070 7710 EX Building Costs 4707.860.7999-5899.00 (378,527) - 46070 7999 EX Unallocated - Budget I of 1 Contract for Services CITY OF Construction — City Hall Roof Replacement FAYETTEVILLE Contractor/Vendor: Milestone Construction Company, LLC AR KA N SAS Term: Single Project g J THIS AGREEMENT is made this 5 day of December 2023, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Milestone Construction Company, LLC (Vendor or Milestone). CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and Milestone, in consideration of their mutual covenants, agree as follows: Work performed by Milestone shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. Milestone shall follow all federal, state, and local laws at all times. 1. Contracted parties and relationship: a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i. Milestone's Tax identification number (TIN) ending in 6629 ii. Milestone's Arkansas Contractor License No. 0156050424 iii. Milestone's Secretary of State Filing No. 800044464 b. Parties agree to act on the basis of mutual trust, good faith, and fair dealing, and perform in a fiscally responsible and timely manner. Parties shall each endeavor to promote harmony and cooperation among all Project participants. 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a. Appendices included under this agreement include the following: i. Appendix A: Bid package identified as Bid 23-42, Construction — City Hall Roof Replacement with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings, and issued addenda. ii. Appendix B: Milestone's bid submittal iii. Appendix C: Bid Tabulation iv. Appendix D: Milestone's Certificate of Insurance v. Appendix E: Milestone's 100% Performance and Payment Bonds 1. Appendix D and E shall be submitted to the City within the timeframe identified in the bid documents or 10 (ten) calendar days. b. This agreement may be modified only by a duly executed written instrument signed by the CITY and Milestone. c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 1 of 20 City of Fayetteville, AR amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) Milestone's Proposal (d) City's published bid and associated Addenda. 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701 b. Vendor: Milestone Construction Company, LLC, 2002 S. 48th Street, Suite A, Springdale, AR 72762 4. General Provisions: ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer's employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. ii. Workmanship: The Work shall be executed in accordance with the Contract Documents in a workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. iii. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of the vendor shall be the responsibility of vendor and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City and the City's contracted third -party Design Professional. Following receipt of written notice from vendor of defects, City and Design Professional shall promptly inform the City what action, if any, vendor shall take with regard to the defects. iv. WORKSITE VISIT: Vendor acknowledges that it has visited, or has had the opportunity to visit, the Worksite to visually inspect the general and local conditions which could affect the Work. v. Vendor shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. 1. Cutting, patching, or altering the work of City or Others shall be done with the prior written approval of City and Design Professional. Such approval shall not be unreasonably withheld. vi. COMPLIANCE WITH LAWS: Vendor shall comply with all the Law at its own cost. Vendor shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by Vendor its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. vii. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to Vendor, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If Vendor incurs costs or is delayed due to such loss or damage, Vendor may seek an equitable adjustment in the Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 2 of 20 City of Fayetteville, AR viii. Taxes and Permits: Vendor shall give public authorities all notices required bylaw and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. 1. Vendor shall pay applicable taxes and permit fees associated with the entire project. ix. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. x. City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. Vendor shall not unreasonably withhold consent to partial occupancy or use. xi. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. xii. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. xiii. Where figures are given, they shall be preferred to scaled dimensions. xiv. The drawings and specifications are complementary. If Work is shown only on one but not on the other, Vendor shall perform the Work as though fully described on both. Vendor shall seek clarification from the City or the City's third -party Design Professional for any discrepancies. xv. In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, Vendor shall immediately submit the matter to City and Design Professional for clarification. The City's clarifications are final and binding, which may include third -party Design Professional content. xvi. DEBARMENT AND SUSPENSION: By execution of this agreement, Vendor certifies that to the best of its knowledge and belief that the Vendor and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 3 of 20 City of Fayetteville, AR 4. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 5. Vendor understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $50,000. 6. Certifications for subcontracts or sub subcontracts executed under this agreement shall include all language in this section. 5. Definitions: a. Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. b. "Business Day' means all Days, except weekends and official federal or state holidays where the Project is located. c. A "Change Order' is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. d. "Contract Time" is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. e. "Cost of the Work" means the total costs and discounts charged to the City. f. The "Vendor" is the person or entity identified in this contract and includes Vendor's Representative. g. "Day" means a calendar day unless otherwise specified. h. "Defective Work" is any portion of the Work that that does not conform with the requirements of the Contract Documents. i. "Design Professional" means the licensed architect retained by the City and its subconsultants, to perform design services for the Project. j. "Final Completion" occurs on the date when Vendor's obligations under this Agreement are complete and accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate of Final Completion signed by all Parties. k. "Hazardous Material" is any substance or material identified now or in the future as hazardous under the Law, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling, disposal, or cleanup. I. "Interim Directive' is a written order containing change to the Work directed by and in consultation with City and Design Professional after execution of this Agreement and before Substantial Completion. Interim Directives shall be consolidated and formalized in a change order to be signed by all parties. m. "Law" means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work with which Vendor must comply that are enacted as of the Agreement date. n. "Others" means City's other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or any by any of them or for whose acts any of them may be liable. o. "Overhead" means (a) payroll costs, burden, and other compensation of Vendor's employees in Vendor's principal and branch offices for work associated with this project. CONTRACT: Bid 23-42, Construction —City Hall Roof Replacement Page 4 of 20 City of Fayetteville, AR p. "Owner" is the City of Fayetteville, Arkansas (City). q. The "Owner's Program" is an initial description of Owner's objectives, including budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, and any requirements for phased occupancy. r. The "Parties" are collectively City and Vendor. s. The "Project," is the building, facility, or other improvements for which Vendor is to perform Work under this Agreement. It may also include construction by Owner or Others. t. The "Schedule of the Work" is the document prepared by Vendor that specifies the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. u. "Subcontractor" is a person or entity retained by Vendor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. v. "Substantial Completion" of the Work, or of a designated portion, occurs on the date when the Work is sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This date shall be confirmed by a certificate of Substantial Completion signed by all Parties. w. A "Sub subcontractor" is a person or entity who has an agreement with a Subcontractor or another sub subcontractor or Supplier to perform a portion of the Subcontractor's Work or supply material or equipment. x. A "Supplier" is a person or entity retained by Vendor to provide material or equipment for the Work. y. "Terrorism" means a violent act, or an act that is dangerous to human life, property, or infrastructure, that is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian population or to influence the policy or affect the conduct of any government by coercion. Terrorism includes, but is not limited to, any act certified by the United States government as an act of terrorism pursuant to the Terrorism Risk Insurance Act, as amended. z. "Work" means the construction services necessary or incidental to fulfill Vendor's obligations for the Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others. aa. "Worksite" means the area of the Project where the Work is to be performed. bb. "Bi-monthly basis" means every fourteen to sixteen calendar days. 6. Contract Document Review and Administration a. Before commencing the Work, Vendor shall examine and compare the drawings and specifications with information furnished by the City and Design Professional that are considered Contract Documents, relevant field measurements made by Vendor, and any visible conditions at the Worksite affecting the Work. b. Should Vendor discover any errors, omissions, or inconsistencies in the Contract Documents, Vendor shall promptly report them to the City and Design Professional. Following receipt of written notice from Vendor of defects, City shall promptly inform Vendor what action, if any, Vendor shall take with regard to the defect. c. Nothing in this section shall relieve VENDOR of responsibility for its own errors, inconsistencies, or omissions. CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 5 of 20 City of Fayetteville, AR d. COST REPORTING: Vendor shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this Agreement. Vendor shall maintain a complete set of all books and records prepared or used by Vendor with respect to the Project. City shall be afforded access to all of Vendor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. Vendor shall preserve all such records for a period of three years after the final payment or longer where required by Law. 7. Warranty a. Vendor warrants all materials and equipment furnished under the Construction Phase of this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. At City or Design Professional request, Vendor shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. Vendor further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. Vendor's warranty does not include remedies for defects or damages caused by normal wear and tear during normal usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or insufficient maintenance, modifications performed by the City or others, or abuse. Vendor's warranty shall commence on the Date of Final Completion of the Project. b. To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c. Vendor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. Vendor's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period Vendor shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d. Correction of Work i. If before Substantial Completion or within two -years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify Vendor in writing. Unless City provides written acceptance of the condition, Vendor shall promptly correct the Defective Work at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify Vendor or give Vendor an opportunity to test or correct Defective Work as reasonably requested by Vendor, City waives Vendor's obligation to correct that Defective Work as well as City's right to claim a breach of the warranty with respect to that Defective Work. ii. If Vendor fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with Owner's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due Vendor. If payments then or thereafter due Vendor are not sufficient to cover such amounts, Vendor shall pay the difference to City. iii. Vendor's obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law. If, after the two-year correction CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 6 of 20 City of Fayetteville, AR period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify Vendor and allow Vendor an opportunity to correct the Work if Vendor elects to do so. If Vendor elects to correct the Work, it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If Vendor does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from Vendor, City shall promptly provide Vendor with an accounting of the actual correction costs. iv. If Vendor's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, Vendor shall be responsible for the cost of correcting the destroyed or damaged property. v. The two-year period for correction of Defective Work does not constitute a limitation period with respect to the enforcement of Vendor's other obligations under the Contract Documents. vi. Before final payment, at City option and with Vendor's agreement, City may elect to accept Defective Work rather than require its removal and correction. In such cases the contract shall be equitably adjusted for any diminution in the value, as determined by City, of the Project caused by such Defective Work via formal written change order. 8. Safety of Persons and Property a. SAFETY PROGRAMS: Vendor holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Vendor shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b. VENDOR'S SAFETY REPRESENTATIVE: Vendor shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by Vendor in writing to City, Vendor's project superintendent shall serve as its safety representative. Vendor shall report promptly in writing all recordable accidents and injuries occurring at the Worksite. When Vendor is required to file an accident report with a public authority, Vendor shall furnish a copy of the report to City. c. Vendor shall provide City with copies of all notices required of Vendor by the Law. Vendor's safety program shall comply with the requirements of governmental and quasi -governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of Vendor, or anyone for whose acts Vendor may be liable, shall be promptly remedied by Vendor. d. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Vendor's safety program, may require Vendor to stop performance of the Work, take corrective measures satisfactory to City. If Vendor does not adopt corrective measures, City may perform them and deduct their cost from the GMP. Vendor agrees to make no claim for damages, or an increase in the GMP, or for a change in the Dates of Substantial or Final Completion based on Vendor's compliance with City's reasonable request. 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Vendor agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract CONTRACT: Bid 23-42, Construction —City Hall Roof Replacement Page 7 of 20 City of Fayetteville, AR Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. Vendor agrees not to subcontract Vendor at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: a. Milestone, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 23-42 as stated in Milestone's bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 23-42 all included herein as if spelled out word for word. b. This turn -key project providing labor and materials shall be provided to the City for a not to exceed fee of $378,526.50 US Dollars ($344,115.00 total bid plus $34,411.50 for an owner contingency). c. The City of Fayetteville shall pay Milestone for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments. e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. f. Not to exceed pricing shall include but not be limited to: i. Labor wages directly employed by Vendor in performing of the Work. ii. Salaries of Vendor's employees when stationed at the field office, in whatever capacity employed, employees engaged on the road expediting the production or transportation of material and equipment, and employees from the principal or branch office as mutually agreed by the Parties in writing. iii. Cost of all employee benefits and taxes, including but not limited to, workers' compensation, unemployment compensation, social security, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid under Vendor's standard personnel policy, insofar as such costs are paid to employees of Vendor who are included in the Cost of the Work. iv. Transportation, travel, hotel, and moving expenses of Vendor's personnel incurred in connection with the Work. v. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of inspection and testing if not provided by City, transportation, storage, and handling. vi. Payments made by Vendor to Subcontractors for work performed under this Agreement. vii. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers that are used or consumed in the performance of the Work, less salvage value or residual value; and cost less salvage value on such items used, but not consumed that remain the property of Vendor. CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 8 of 20 City of Fayetteville, AR viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by workers, used at the Worksite, whether rented from Vendor or others, including installation, repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs at competitive market rates. ix. Cost of the premiums for all insurance and surety, performance or payment bonds which Vendor is required to procure or deems necessary and approved by City. x. Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which Vendor is liable. xi. Permits, taxes, fees, licenses, tests, royalties. xii. Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the cost of corrective work during the Construction Phase and for the warranty period. xiii. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. xiv. Water, power, and fuel costs necessary for the Work. xv. Cost of removal of all nonhazardous substances, debris, and waste materials. xvi. Costs incurred due to an emergency affecting the safety of persons or property. xvii. Costs directly incurred in the performance of the Work or in connection with the Project, and not included in Vendor's Fee, which are reasonably inferable from the Contract Documents. g. STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications for payment may include materials and equipment not yet incorporated into the Work but delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the materials to an offsite storage facility. Approval of payment applications for stored materials and equipment stored offsite shall be conditioned on a submission by Vendor of bills of sale and proof of required insurance, or such other documentation satisfactory to City to establish the proper valuation of the stored materials and equipment, City's title to such materials and equipment, and to otherwise protect City's interests therein, including transportation to the Worksite. Materials and equipment stored offsite shall be in a bonded and insured secure facility. h. FINAL PAYMENT: Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, Milestone shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by Milestone to be set forth therein. i. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against Milestone or sureties under this Agreement. 11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, Milestone shall provide 100% separate performance and payment bonds (inclusive of any approved contingency) from a bonding company, licensed to do business in the state of Arkansas. Bonds shall be provided within ten (10) calendar days after this contract has been executed by all parties. a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T-List) and shall be rated A+ minimum by A. M. Best. CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 9 of 20 City of Fayetteville, AR 12. Time: a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not -to -exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b. Time is of the essence with regard to the obligations of the Contract Documents. c. Unless instructed by City in writing, Vendor shall not knowingly commence the Work before the effective date of Vendor's required insurance and bonds and formal written and signed Purchase Order issued by the City of Fayetteville Purchasing Division. d. Schedule of Work: Before submitting its first application for payment, Vendor shall submit to City and, if directed, Design Professional a Schedule of the Work showing the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Except as otherwise directed by City, Vendor shall comply with the approved Schedule of the Work or Vendor. i. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require Vendor to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If Vendor consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, Vendor may seek equitable adjustment. e. NOTICE OF DELAY CLAIMS: If Vendor requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, Vendor shall give City written notice of the claim. If Vendor causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13. Substantial Completion: a. Vendor shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. Vendor shall promptly and accurately complete all items on the list. b. When Substantial Completion of the Work or a designated portion is achieved, Vendor shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by Vendor to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. c. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 10 of 20 City of Fayetteville, AR d. Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Vendor the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually agreed upon timeframe. 14. Final Completion: a. Upon notification from Vendor that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. b. When the Work is complete, Vendor shall prepare for City's written acceptance a final application for payment stating that to the best of Vendor's knowledge, and based on City's inspections, the Work has reached Final Completion in accordance with the Contract Documents. c. Final payment shall be made to Vendor within thirty (30) Days after Vendor has submitted an application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. d. Final payment shall be due on Vendor's submission of the following to the City: I. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; ii. as -built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; iii. release of any liens, conditioned on final payment being received; iv. consent of any surety; and v. any outstanding known and unreported accidents or injuries experienced by Vendor or its Subcontractors at the Worksite. e. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of Vendor. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, Vendor shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. f. ACCEPTANCE OF FINAL PAYMENT: Unless Vendor provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. g. Milestone shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub -subcontractors and before work begins on the project. The contractor shall give written notice to the material suppliers, subcontractors and sub -subcontractors providing work on the project that states the following: i. 'According to Arkansas law, it is understood that no liens can be filed against public property if valid and enforceable payment and performance bond is in place. Regarding this Project and Agreement, the valid and enforceable bonds are with ( name of surety ).' CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 11 of 20 City of Fayetteville, AR ii. Milestone shall have each subcontractor, sub -subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. 15. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 16. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 17. Venue: Venue for all legal disputes shall be Washington County, Arkansas 18. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the VENDOR shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 19. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 20.Insurance: a. Before starting the Work and as a condition precedent to payment, Vendor shall procure and maintain in force Workers' Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance ("CGL"). The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and broad form property damage. Vendor shall maintain completed operations liability insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. Vendor's Employers' Liability, Business Automobile Liability and CGL policies shall be written with at least the limits of liability presented in Appendix D. b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c. Vendor shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If Vendor fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to Vendor or terminate this Agreement. d. To the extent commercially available to Vendor from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, Vendor shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the Contract Documents. In addition, if any insurance policy required is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Vendor shall give City prompt written notice upon actual or constructive knowledge of such condition. CONTRACT: Bid 23-42, Construction —City Hall Roof Replacement Page 12 of 20 City of Fayetteville, AR e. Certificates of Insurance shall list the City as Additional Insured Parties. f. PROPERTY INSURANCE: i. At no time shall any policy be covered by self-insurance or in a self -insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. H. Unless otherwise directed in writing by City, before starting the Work, Milestone shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name Vendor, Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c) insure at least against and not exclude: 1. the perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft, including helicopter, operated by or on behalf of Vendor) and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind damage, testing if applicable, collapse, however caused; 2. damage resulting from defective design, workmanship, or material; 3. coverage extension for damage to existing buildings, plant, or other structures at the Worksite, when the Project is contained within or attached to such existing buildings, plant or structures. Coverage shall be to the extent loss or damage arises out of Constructor's activities or operations at the Project. 4. equipment breakdown, including mechanical breakdown, electrical injury to electrical devices, explosion of steam equipment, and damage to steam equipment caused by a condition within the equipment; S. testing coverage for running newly installed machinery and equipment at or beyond the specified limits of their capacity to determine whether they are fit for their intended use; and 6. physical loss resulting from Terrorism. iii. The Party that is the primary cause of a Builder's Risk Policy claim shall be responsible for any deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the Party obtaining and maintaining the Builder's Risk Policy shall be responsible for the deductible amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This insurance shall remain in effect until final payment has been made or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. Partial occupancy or use of the Work shall not commence until City has secured the consent of the insurance company or companies providing the coverage required in this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv. If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to Vendor before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its interests and the interests of the Constructor, Subcontractors, Suppliers, and Subsubcontractors. The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its CONTRACT: Bid 23-42, Construction —City Hall Roof Replacement Page 13 of 20 City of Fayetteville, AR intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. v. The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages caused by risks covered by the property insurance, except such rights as they may have to the proceeds of the insurance. 1. To the extent of the limits of Vendor's Commercial General Liability Insurance, Vendor shall indemnify and hold harmless City against any and all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in connection with or arising out of any damage or alleged damage to any of City's existing adjacent property, including personal property, that may arise from the performance of the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions of Vendor, Subcontractor, Supplier, Sub subcontractor, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. g. RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to the Work shall be upon the Party obtaining and maintaining the Builders Risk until the Date of Final Completion. h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Vendor to purchase and maintain additional liability coverage. Vendor shall provide: Additional Insured. City shall be named as an additional insured on Vendor's Commercial General Liability (CGL) specified, for on -going operations and completed operations, excess/umbrella liability, commercial automobile liability, and any required pollution liability, but only with respect to liability for bodily injury, property damage, or personal and advertising injury to the extent caused by the negligent acts or omissions of Vendor, or those acting on Vendor's behalf, in the performance of Vendor's work for Owner at the Worksite. The insurance of the Vendor and its Subcontractors (both primary and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non- contributory. ii. OCP. Vendor shall provide an Owners' and Contractors' Protective Liability Insurance ("OCP") policy with limits equal to the limits on CGL specified, or limits as otherwise required by Owner. I. Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by VENDOR. Before commencing the Work, Vendor shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i. ROYALTIES, PATENTS, AND COPYRIGHTS: Vendor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Vendor and incorporated in the Work. Vendor shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. j. PROFESSIONAL LIABILITY INSURANCE: To the extent Vendor is required to procure design services, Vendor shall require its design professionals to obtain a commercial professional liability insurance for claims arising from the negligent performance of professional services under this Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability caused by any consultants to Vendor's design professional, written for not less than one million US dollars ($1,000,000) CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 14 of 20 City of Fayetteville, AR per claim and in the aggregate. Vendor's design professional shall pay the deductible. The Professional Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all Services performed by the Constructor's design professional for this Project. Coverage shall be continued in effect for the entire warranty period. 21. Professional Responsibility: Milestone will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to Milestone any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so Milestone can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of Milestone. 22. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of Milestone: i. Provide full information as to the requirements for the Project. ii. Assist Milestone by placing at Milestone's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Milestone in obtaining access to property reasonably necessary for Milestone to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by Milestone and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to Milestone in a timely manner. vi. The City of Fayetteville Facilities Director is the project representatives with respect to the services to be performed under this Agreement. The Facilities Director Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 23. Cost Opinions and Projections: Cost opinions and projections prepared by the Milestone relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on Milestone experience, qualifications, and judgment as a Milestone professional. 24. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. Milestone shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 25. Termination: This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 15 of 20 City of Fayetteville, AR i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that Milestone is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but i. No amount shall be allowed for anticipated profit on unperformed services or other work, ii. Any payment due to Milestone at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of Milestone's default. d. If termination for default is affected by Milestone, or if termination for convenience is affected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to Milestone for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by Milestone relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, Milestone shall: I. Promptly discontinue all affected work (unless the notice directs otherwise), ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Milestone in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g. If, after termination for failure of Milestone to fulfill contractual obligations, it is determined that Milestone had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 26. Delays a. In the event the services of Milestone are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond Milestone's reasonable control, Milestone shall be entitled to additional compensation and time for reasonable documented costs incurred by Milestone in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by Milestone, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 27. Rights and Benefits a. Milestone's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. CONTRACT: Bid 23-42, Construction —City Hall Roof Replacement Page 16 of 20 City of Fayetteville, AR 28. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and Milestone which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or Milestone in the performance of this Agreement, and disputes concerning payment. b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in this agreement have been complied with. c. Notice of Dispute i. For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the parry seeking relief shall serve the other party with a written Notice. ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give Milestone written Notice at the address listed in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and Milestone shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of Milestone, and the Mayor of CITY OF FAYETTEVILLE or his or her designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 29. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to Milestone for services rendered by Milestone. All parties agree if funding should become insufficient to complete the project, VENDOR shall be notified in a timely manner. 30. Publications: a. Recognizing the importance of professional services on the part of Milestone's employees and the importance of Milestone's public relations, Milestone may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to Milestone's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to Milestone, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of Milestone's activities pertaining to any such publication shall be for Milestone's account. 31. Indemnification: a. The CITY requires the Milestone to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 17 of 20 City of Fayetteville, AR of the Milestone, or their employees, agents, Subcontractors, sub consultant and Suppliers of the Milestone. 32. Ownership of Documents: a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. Milestone may retain reproduced copies of drawings and copies of other documents. b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by Milestone as part of the Services shall become the property of CITY OF FAYETTEVILLE when Milestone has been compensated for all Services rendered, provided, however, that Vendor shall have the unrestricted right to their use. Milestone shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of Milestone. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Milestone makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 33. Additional Responsibilities of Milestone: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve Milestone of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. Milestone shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by Milestone's negligent performance, except beyond the Milestone's normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE- furnished data. c. Milestone's obligations under this clause are in addition to Vendor's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against Milestone for faulty materials, equipment, or work. 34. Audit and Access to Records: a. Milestone shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b. Milestone shall also maintain the financial information and data used by Milestone in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. Milestone will provide proper facilities for such access and inspection. CONTRACT: Bid 23-42, Construction — City Hall Roof Replacement Page 18 of 20 City of Fayetteville, AR c. Records shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. d. This right of access clause (with respect to financial records) applies to: i. Negotiated prime agreements ii. Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii. Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: 1. With respect to record pertaining directly to sub agreement performance, excluding any financial records of Milestone; 2. If there is any indication that fraud, collusion, gross abuse or corrupt practices may be involved; 3. If the sub agreement is terminated for default or for convenience. 35. Covenant Against Contingent Fees: a. Milestone warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by Milestone for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 36. Gratuities: a. If CITY OF FAYETTEVILLE finds after a notice and hearing that Milestone or any of Milestone agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to Milestone terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CITY may pursue the same remedies against Milestone as it could pursue in the event of a breach of the Agreement by Milestone. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall be not less than three nor more than ten times the costs Milestone incurs in providing any such gratuities to any such officer or employee. CONTRACT: Bid 23-42, Construction —City Hall Roof Replacement Page 19 of 20 City of Fayetteville, AR IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and MILESTONE CONSTRUCTION, INC. by its authorized officer have made and executed this Agreement as of the day and year first above written. By: Li 00 d Jordan, May r ATTEST: By: Kara Paxton, City Cler1k Tre Date Signed: 12/05/2023 MILESTONE CONSTRUCTION, INC. kd_— By: ` 11TRe,Sam Hollis, President Date Signed: CONTRACT: Bid 23-42, Construction - City Hall Roof Replacement Page 20 of 20 City of Fayetteville, AR City of Fayetteville, Arkansas Wis CITY OF Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 23-42, Construction — City Hall Roof Replacement DEADLINE: THURSDAY, OCTOBER 26, 2023 before 2:00 PM, Local Time PRE -BID MEETING: Thursday, October 12, 2023 at 3:00 PM inR111 m #1 City Hal SR. PURCHASING AGENT: Amanda Beilfuss, abellfuss@fayQ I -ar.qe�A DATE OF ISSUE & ADVERTISEMENT: 10/01/2 No late bids shall be accepted. Bids shall be submittPa' ?n electronic bidding platform or (2) delivering in p sea Submitting through the City's electronic biddin rm is st with the attached City of Fayetteville sped ' an i�d,every blank and shall supply all informati ested failP aIVro oil eof thlowing md: (1) through the City's third -party lede ope 'Fity o Fayetteville Purchasing Division. RM14ye encou All �d II be submitted in accordance nt ed wN'0*'ch bidder is required to fill in to s ONuse s asis of rejection. &BIDDMS. All interested parties can obtain files proje g to ht etteville-ar. ov bids. Bid documents shall be distributed electronically from the of ett v�ille rc asi``r>g on only. BID PACKAGE INCLUDES THE Eo;C.ING FUL&CH SN"E LISTED UNDER "ATTACHMENTS": FILE#00: REQUIRED SIGN�E FOR S— Total P es FILE#01: PROJECT MANUAL-123 Pages FILE #02: PLANS — 5 Plan Shee *Additional files added as addendums are issued. Addendums will be uploaded and posted to the City's electronic bidding platform. *PLAN HOLDER LISTINGS: A listing of vendors who have received documents can be found in the City's electronic bidding platform under the project section tab titled 'Plan Holders'. Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://fayetteville-ar.gov/bids. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommun,cat*ns Device for the Deaf TDD (479) 521-1316 113 We%t Mountain - Fayettevi'l, AP '2 'n' THIS PAGE INTE�I9NLBLANK 6. Telecommun,cawns Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CITY OF P_ FAYETTEVILLE 49W ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. F-1 ■ 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate (submit a actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extend to revea e item s well as the total bid price. Total base bid should be calculated in the provided +ce. v ��► All pages provided with signature lines shall b apriatel �, dated u ingly, and included with submitted bid documents All bids shall be received before the st a deadli zi gthe Cit roni latform or submitting a physical sealed bid to the City Purchasing i Sub *ttin a bid e ro i ally is st encouraged. A public bid opening will be conducted after jilleadl�ie at i City Hall and livestreamed at Fayetteville shall not be responsible fo t a physical bid, all bid documents shall updated deadline issued via Add All bi envelope as well as the bidd s r sas; Additional Information R ire • List of Subae%tr%ct�Trs: Sub AR Secre Arkansas e d' IRIS shall not be accepted. The City of idllite, h bidders technical equipment. If submitting I Jt to the address stated in the advertisement or :h the name of the bidder (contractor) on the sealed or attach if submitting a physical bid. OR submit electronically. OR submit electronically. Pursuant ArAsasJMde Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel N#will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Telecommun,cat*ns Device for the Deaf TDD (479) 521-1316 113WOM Mountain - Fayetteville. AR 72701 11 THIS PAGE IN�ILL FT7BLANK Telecommun,cawns Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 City of Fayetteville, Arkansas INVITATION TO BID Bid 23-42, Construction — City Hall Roof Replacement The City of Fayetteville is accepting sealed bids from properly licensed firms for the replacement of the roof and the skylight at the Fayetteville City Hall building. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. A non -mandatory Pre -Bid meeting will be held Thursday, October 12, 2023 at 3:00 PM, in Room #111 of Fayetteville City Hall. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be receivedoby Thursday, October 26, 2023 before 2:00 PM, local time utilizing the electronic bidding software or by su tting a s J bid to the City of Fayetteville Purchasing Division. All bids shall be received prior to the bid c�e Late o s rected bids shall not be accepted. Submitting a bid electronically is strongly en ged. A d op e I`�Yi I be conducted shortly after the deadline at City Hall and livestreamed at htt s: ww. out use ffa ettevillear. The City of Fayetteville shall not be responsible for lost or misdire_ i s, or f it f bidd chnical equipment. Each bid exceeding $50,000 shall be accompan Arkansas or a corporate bid bond for five (5) p check for a bid bond, the actual physical hundred percent (100%) performance n State of Arkansas Contractor's Lice i quire of bid deadline. Any vendor perform g a sert, 11 Pursuant to Arkansas Code Annotate women business enterprises to bi Fayetteville encourages all gener c and women business enterpriSN The City of Fayetteville r4 for a period which shall n Peck��09enjt firank doing business in the State of bid. I a der opts to submit a cashier's be d t.1en. rior to the deadline. A one _� iswith the contract awarded. A e g $5 license shall be valid at the time gyred with ansas Secretary of State. ye ncourages all qualified small, minority and ce eods, services, and construction. Also, City of sof their contract to qualified small, minority 07iiitfes, reject bids, and postpone the award of any Contract ays from the bid opening date. City of Fayetteville By: Amanda Beilfuss City Sr. Purchasing Agent P: 479.575.8220 Email: abeilfuss@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 10.01.23 & 10.08.23 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $XXX.XX. Telecommun,cat*ns Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayett,%,%- AR 72701 I_ CITY OF FAYETTEVILLE ARKANSAS TABLE OF CONTENTS BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT CITY DOCUMENTS INTRODUCTORY INFORMATION O P' SECTION 00 TITLE PAGE v 1— 1 P • SECTION 00 BIDDER'S CHECKLIST � 1— 1 SECTION 00 ADVERTISEMENT V 1— 1 SECTION 01 INSTRUCTION BIDDERS Q `� 1 — 11 O '� BID FORMS AND SUPPLEM � O k SECTION 02 BID FORM ` 1-2 � O SECTION 03 C 0 N T!IT,>(RFE " S 1-1 SECTION 04 BI B 1-2 SECTION 05 F RIM N D 1-2 SECTION 06 2ABOR ATE L P�E T BOND 1-3 • CONTRACT GENER/�� NS General Requireme`` 1— 96 CITY OF FAYETTEVILLE. ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT SECTION 01 INSTRUCTIONS TO BIDDERS PART ONE - DEFINED TERMS 1.1. Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to City of Fayetteville as distinct from a sub -bidder, who submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and responsive Bid a om th c of Fayetteville (on �j the basis of the City of Fayetteville's evaluation as nafter i d) mak ward. 1.5 Local Time - Local time is defined as the a �f' ayette rkansas due date of the deadline. Bids shall be received before the deadli as shin y the a Division Office. i clock located in the Purchasing �► � �► PART TWO - COPIES OF BIDDING DOC 2.1 Complete sets of the BVtbe cumentslnvl'he nu d for a osit sum, if any, stated in the Advertisement for Bids oblTdrom the uin Off' c► 2.2 Complete sets of Bidding Docun�ts must e d in a 'ng Bids. Neither City of Fayetteville nor Project Manager assumes a respon i* r erro isinterpretations resulting from the use of incomplete sets of Bid n DbCum 2.3 City of FayetteviM 1 nn rojec er i copies of Bidding Documents available on the above terms do so I the pu e fob n s for the Work and do not confer a license or grant for any other use. PART THREE - EXAMINA I E AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Purchasing Division and shall constitute all the information which the City of Fayetteville shall furnish. No other information given or sounding made by the City of Fayetteville or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications, and estimates, or be binding on City of Fayetteville. Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditions; inform themselves by their independent research and sounding of the difficulties to be encountered, and all INSTRUCTIONS TO BIDDERS 1 CITY OF FAYETTEVILLE. ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles, specifications, and estimates and all provisions of the contract and Bonds. 3.3 Bidders shall promptly notify Project Manager of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such otheerelated Koc, ments. 3.4 Information and data shown or indicated in the Contract Documem i reSpec isting underground facilities at or contiguous to the site is based upo matio ata fur o City of Fayetteville and Project Manager by City of Fayetteville'Vespon flsuch u and fa t s or others, and City of Fayetteville and Project Manager do not 9�r' or the �i acy or completeness thereof unless it is expressly provided otherwise &e Suppl ry Co r 3.5 On request, City of Fayetteville wilAvide ea er acce e site tbcwduct such examinations, V ` investigations, explorations, to , nd st a each i em scary for submission of a Bid. Bidder must fill all hole an cl a up an ore t o its6:1 onditions upon completion of p such explorations, invest, tpev, and studi :& 3.6 Reference is made to the GenerN irem the id ti anon of the general nature of work that is to be performed at the s' e ity of y 9peoro such as utilities and other prime contractors) that relates to the wor o� a is a sub On request, and as available, City of Fayetteville will provide to eac id , for ation, a esso or copies of Contract Documents (other than portions thereof? '�5►' to pri F r uch uc 3.7 The submission�6f a Bid ill constitutekjncontrovertible representation by Bidder that Bidder has complied with evert`i ment of this Article 3, that without exception the Bid is premised upon performing and f r�nis�llwg the Work required by the Contract Documents and applying the specific means, methods, tech nig(be!sequences, or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, that Bidder has given Project Manager written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Project Manager are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 3.8 Mobilization shall not exceed 5% of bid. INSTRUCTIONS TO BIDDERS 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT 3.9 Any use of a third -party dumpster or roll -off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll -off container is not allowed. 3.10 Open burning and blasting are not allowed on City projects. 3.11 Contractor is responsible for obtaining all applicable permits; however, fees for City -issued permits shall be waived. PART FOUR - AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS 4.1 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be i rporated in ee Work are to be obtained and paid for by Contractor. Easements for permanen Nures or nent changes in existing facilities are to be obtained and paid for ity of Fay it unless a wise provided in the Contract Documents. PART FIVE - INTERPRETATION OF CONTRACT DO NTS A NDA 5.1 If any person contemplating submi bid fo ructio Wo is in doubt as to the true meaning of any part of the prop ntract ents or iscrep ire in or omissions from any part of the proposed Contrac c ment e Ids itt r t fo ,r interpretation thereof to the Project Manage o e than days the to for bid opening. The person submitting the request s e esfNskle for its om deliver► o V 5.2 Interpretation or correction of osWeC Docu will be made only by Addendum to all holders of Bidding Docum my qnswer ormal written Addenda will be binding. Oral and othe responsib 5.3 Addenda or Project 5.4 Bidder w ar.gov/bi( PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES it effect. City of Fayetteville will not be proposed Contract Documents. deemed advisable by City of Fayetteville ne bidding portal at www.fayetteville- 6.1 Estimated quantities are approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. INSTRUCTIONS TO BIDDERS 3 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT PART SEVEN - UNIT PRICES 7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description to construct, erect, and finish completely all the work as called for in the Specifications or indicated on the Drawings. 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of City of Fayetteville may be rejected at the discretion of City of Fayetteville. 7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work required and has reviewed the Drawings and Specifications to verify the full dope of the Work. PART EIGHT - BID FORM • O P�' 8.1 Bids are due as indicated in the Advertisement I,* 8.2 Bids which are incomplete, unbalanced, ti nal, o or wh' tain additions not called for, erasures, alterations, or irregularities kind h do ply with these Instructions to Bidders may be rejected as informal -respo the o City 4Fayetteville. However, City of Fayetteville reserves the righ aive to li ies as c nges,`I r ions, or revisions and to make the award in the best i of Ci of ttev' n, V 8.3 Acceptance of Alternat i s heCity of yet ville's d cc tion, as best services the City of Fayetteville's interest. Eac ded tiv ternateAd r2�videcl (��the Bid Form. The price of the Bid for each alternate will be the amo o be d fro e price of the Total Base Bid if the City of Fayetteville selects any of Iternat Tinit pri unt for each alternate shall be the same as the unit price amount I t he 8.4 No Bidder shal the in on iro to any person whomsoever, except those having a partnership financia to est h' in t e Bid, until after the bids have been opened. 8.5 All bids shall include' s including but not limited to sales tax, use tax, permits, insurance, etc. The contractor on thi�pr°* t is defined by the Arkansas Revenue Laws as the user and is responsible for the appropriate taxes. ere are NO provisions in this bid for a contractor to avoid taxes. The City of p Y Fayetteville is not a tax-exempt entity. PART NINE - SIGNATURE ON BIDS 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given, and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and attested by the INSTRUCTIONS TO BIDDERS 4 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 9.2 All names must be typed or printed in black ink below the signature. 9.3 The address and telephone number for communications regarding the Bid must be shown. 9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed with City of Fayetteville. 9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda. 9.6 Arkansas Contractor's License shall be valid at time of bid. 9.7 Vendor shall not be debarred from doing business with any gove e�tity. ,\� V P'� PART TEN -BID BOND G �� 10.1 • c.11� 10.2 , A five percent (5%) bid securityin the fordt bid ashiers ck from a bank located in the State of Arkansas, as stated in the Ady difference in price between low bj�d Bidder's security will be retaine and Certificates of Insuranr St furnish the required con curit %A may annul the Notice of lection n 1 The City of Fayetteville res a righ Bidder enters into the ntr t or un equivalent security f the and a bid tabulations qre p ete r refuses toe r n A a , C damages buts r t a penvty. PART ELEVEN - PERFOR many each bid. Bid bonds for the not b? acceptable. The Successful A re�ment and required Bonds a deliver the Agreement and ice of Selection, City of Fayetteville rill be forfeited. ie seceR'Q�df•the three low bidders until the Successful ter bid opening, whichever is sooner. Cash �yl be exchanged for an equivalent bid bond after fter bid opening, whichever is sooner. If any Bidder feville may retain Bidder's bid security as liquidated AND PAYMENT BOND 1. After contract award, the Contractor will provide the City with a 100% performance bond and a separate payment bond, as required in the contract. 2. Upon the City receiving and accepting the 100% Performance and Payment Bonds, the City will issue a Purchase Order along with a Notice of Award (NOA). a. The Notice of Award shall serve as permission for the Contractor to order any materials needed to complete the project, specifically those with a long lead time. 3. The City will coordinate with the Contractor on the timing of the Notice to Proceed being issued, which shall take into consideration the expected delivery of items with a long lead time. INSTRUCTIONS TO BIDDERS 5 CITY OF FAYETTEVILLE. ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT 4. Calendar days for substantial and final completion shall not start until the day following the issuance of a Notice to Proceed. 5. The City will make progress payments for materials delivered on site, after verification of delivered materials by City. 11.2 After the Notice of Award has been issued, Contractor shall furnish two original surety performance bonds and payment bonds, equal to one hundred percent of the contract price. 11.3 If Required -- Contractor shall include provisions in the bonds which will guarantee the faithful performance of the prevailing hourly wage clause as required by the Arkansas Prevailing Wage Law, Arkansas Code Annotated § 22-9-308(d). 11.4 Contractor shall pay all expenses in connection with the obtaining of saidoo'Bonds. oke Bonds shall be conditioned that Contractor shall faithfully perform the contract and Z!�ay all i dness for labor and materials furnished or performed in the construction of such►live ions an tions as prescribed in this contract. � �` 11.5 The surety company issuing the Bonds m&116ed" bvent ny on rety Companies Annual List" issued by the U.S. Department of the Treand t ds are be issued in an amount greater than the underwriting limitations for *e urety c as se rein.e) 11.6 In Arkansas, prevailing law re e that or ce t 1►public works contracts shall be executed by a reside t I a a ►ent w i icens a Ins an ommissioner to represent the surety company executi opS and filing v4Lh s h Bonds i ower of Attorney as his authority. The mere countersigning the clilk not cient. V 11.7 The date of the Bonds, arse Po r orney, not be prior to the date of the contract. At least two originals of tll` nds dial e furnisf� ach with Power of Attorney attached. The performance and p me and furnis d t the City of Fayetteville accompanied by a receipt stamped by the♦' s gton Circu�i 's Office. Before any work is performed under this contract, th� all be d ith t cl of a circuit court of Washington County, Arkansas and accepted by th it :o`f��teville Proj anager. 11.8 Bonds are to be ppr fed by City of Fayetteville. If any Bonds contracted for become unsatisfactory or unacceptable to �f Fayetteville after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. PART TWELVE —INSURANCE REQUIREMENTS 12.1 The successful bidder shall provide a Certificate of Insurance in accordance with the following guidelines, prior to commencement of any work: $1,000,000 Commercial Liability, Statutory Worker's Compensation, and General Automotive, if applicable. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. INSTRUCTIONS TO BIDDERS 6 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT 12.2 This bid is considered a public improvement bid. Public improvement bids shall submit certificates of insurance within 10 days of notice of notice to proceed, after City Council approval. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet; the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. PART THIRTEEN - CONTRACT TIME 13.1 The number of days within which, or the dates by which the Work is to be substantially completed and also completed and ready for final payment is outlined in the Bid Form. 13.2 Except in connection with the safety or protection of persons pr p/ork or ty at the Site or adjacent thereto, and except as otherwise inclicatiltik the Cont umen ork at the Site shall be performed during regular working hours, an Contract r not i overtime work or the performance of Work on Saturday, Sunday, y legal y with q�� ' y of Fayetteville's written consent. PART FOURTEEN - LIQUIDATED DAMAGES 14.1 Provisions for liquidated dam any, r s�rth ' for ` PART FIFTEEN — SUBCONTRACT PIS, A AND OT RS a► 15.1 Contractor shall not assign or suor an f this o without the prior written approval of g p pp City Y of Fayetteville nor sh Ccto ch sub for to commence work until a roval of pp workman's compensat' in anic an u is lia il' rance as may be required. Approval of each subcontract by City f Fay eville no man er ase Contractor from any obligations as set out in the Drawings, S c' i ions n aknd B PART SIXTEEN - SUBS E AND "O QUAL" EIV 16.1 Any reference to a i rand or manufacture is in an effort to establish an acceptable level of quality for this purchase ra or manufacturers that are included in a bid that are of at least equal quality, size, and specification a o what has been specified, will be acceptable for consideration. All requests for approved equals shall be submitted by e-mail. Such request to obtain a pre -approved equal shall be made in writing to Amanda Beilfuss, Sr. Purchasing Agent, at abeilfuss@favetteville-ar.gov. The Sr. Purchasing Agent will forward any such requests to the responsible City Department for review. Approval of all submittals will be made only by Addendum to all holders of Bidding Documents by the City of Fayetteville Purchasing Division. INSTRUCTIONS TO BIDDERS 7 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT PART SEVENTEEN - QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS 17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon City of Fayetteville's or Project Manager's request, detailed written evidence such as financial data, present commitments, and other such data as may be called for. Each Bid must contain evidence of Bidder's qualification to do business in the State of Arkansas. 17.2 CERTIFICATION OF FUNDS: Notice: bidders are required to provide pricing for all line items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the lump sum bid as long as such bid falls within the amount of funds certified for the project, plus 25%. 1. In the event no bid falls within the amount of funds certified for the project, plus 25%, the City will utilize the deductive alternates in order until bids can be compare thin the arr rnt certified, plus 25%. In the event all deductive alternates are subtracted ands li, I s withimount certified, plus 25%, all bids will be rejected. ` 2. The City shall have the authority to negotiate S award wi t appar a onsive responsible low bidder but only if the low bid is within 4w +five pre %) of rtification of funds. 17.3 DEDUCTIVE ALTERNATE: `�' 1. There are no deductive alter this bi°�� O 'Q G . ti o PART EIGHTEEN - DISQUALIFICATI BIDD o 18.1 Any one or more o e fdRowing �e consid reds sufficient for the disqualification of bidders and the rejection o'' VV 18.2 More than one d For r the same from an individual, firm, partnership, or corporation under the same or different {e 18.3 Evidence of collusiamon bidders. Participants in such collusion may receive no recognition as bidders g p Y g for any future work. 18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of work for which a bid price is required by the Bid Form, or failure to include all required contract documents. INSTRUCTIONS TO BIDDERS 8 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. 18.6 Uncompleted work which, in the judgment of City of Fayetteville, might hinder or prevent the prompt completion of additional work if awarded. 18.7 Being in arrears on existing contracts, in litigation with City of Fayetteville, or having defaulted on a previous contract. PART NINETEEN - OPENING OF BIDS 19.1 Bids will be opened and read aloud publicly at the place where Bids are to bosubmitted in a room to be designated by City of Fayetteville the day of the bid opening. A bid tab on of the K'Na nts of the base Bids and major alternates (if any) will be made available to Bidders he openiBids. PART TWENTY - CONSIDERATION OF BIDS P 20.1 After the bids are opened and read, the t ies wi I ndedtaled in accordance with the bid prices of the accepted Bids. This rev the Bi �onfir bidder. 20.2 In evaluating Bids, City of Fayett ill con ' e quali ' a S of er whether or not the Bids comply with the prescribed i ments, anch1113p►unand other data as may be requested in the Bid For o r r o the Notice ofkS 20.3 City of Fayetteville may co sider a ificatio �s U� experi f Subcontractors, Suppliers, and other persons and organizations pro d fo o—portio �he Work as to which the identity of Subcontractors, Suppliers, other r nd or ions must be submitted as provided in the Supplementary Condit y okV,,aye ville a consider the operating costs, maintenance requirements, perf and data, arantee of rTiajor items of materials and equipment proposed for incorporati ♦' %'Work ch dat r uired to be submitted prior to the Notice of Selection. PART TWENTY-ONE - R T TO CT BIDS 21.1 City of FayettevilreN he right to reject any and all Bids, to waive technicalities, and to advertise for new bids. All AJss e subject to this reservation. City of Fayetteville reserves to itself the right to decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the Bidder. 21.2 City of Fayetteville also reserves the right to waive informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. PART TWENTY-TWO - AWARDING OF CONTRACT 22.1 City of Fayetteville reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful INSTRUCTIONS TO BIDDERS 9 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT Bidder. The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim against City of Fayetteville upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed, and the necessary Bonds approved. PART TWENTY-THREE - RETAINAGE 23.1 The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer/Architect, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of pa)jpnents previously made and less such amounts as Engineer/Architect shall determine, or The CK`* f Fayettevi�ay withhold, in accordance with the General Requirements. 2. 95% of Work Completed (with the balance retaina �. he e 50% completed as determined by Engineer/Architect, and if tI charact prthe Work have been satisfactory to The City of Fayettevi d Engi a rchitecity of Fayetteville on recommendation of Enginee r/Architq� detelil�e at as Iqaracter and progress of the Work subsequently remain sa ry to t �'I'iere it additional retainage on account of Work subsequently complet which c e remai grey s ments prior to Substantial Completion will be an amo al t 0 ° t e Wple f s t e aggregate of payments previously made. 044 3. 100% of Equipment terials not corp rat in the W bu delivered, suitably stored, and accompanied by doc entati n ati%factor The City tteville as provided in the General Requirements. i 0 �PART TWENTY-FOUR - SIGNIN EEME 24.1 When City of Fayet ille ves aof Selec 'on tTi the Successful Bidder, it will be accompanied by the number of coun of t ment as indicated in the Supplementary Conditions, with all othe Contra o ume s e . Within ten (10) days thereafter, Contractor shall sign and deliver the quire mber of cou t arts of the Agreement and attached documents to City of Fayetteville with the it d Bonds & Certificate of Insurance. Within ten (10) days thereafter City of Fayetteville shall /e'►li one full signed counterpart to Contractor. Y (� � Y g p PART TWENTY-FIVE - MATERIALS GUARANTY 25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the Work, together with samples, which may be subjected to tests provided for in the Specifications to determine their quality and fitness for the Work. PART TWENTY-SIX - FAMILIARITY WITH LAWS INSTRUCTIONS TO BIDDERS 10 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. PART TWENTY-SEVEN - ADDITIONAL LAWS AND REGULATIONS 27.1 Bidders' attention is called to the following laws and regulations which may have an impact on the Work and on the preparation of the Bid: 1. Americans with Disabilities Act 2. Storm water discharge regulations enacted under the Clean Water Act and administered by the Arkansas Department of Environmental Quality (ADEQ) under a general permits program. Contractor may be required to obtain coverage under general permit ARR001_p9Q prior to c_ mencing work at the site. • 3. If Required -- Arkansas Prevailing Wage Law, nsas Cod ted § 301 to 22-9-315 and the administrative regulations prom u Igatedf hereund e Sec '01 41 13 - Regulatory Requirements for PREVAILING WAGE DETAWINATIO f is proj 4. Bidder shall perform the Work in com iNle wit p icable r safety standards set forth in Occupational Safety and Health Adation ( P rtij ubpart P —Excavations. o �` • � o � � � o G � ti o o � END OF SECTION 01 G� INSTRUCTIONS TO BIDDERS 11 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT SECTION 02 BID FORM *NAME OF FIRM: *D/B/A or Corporation Name *BUSINESS ADDRESS: *CITY: *PHONE: *E-MAIL: Purchase Order/Payments shall be issued to this name *STATE: *ZIP: FAX: JAIL -C) �. y V UNIQUE ENTITY NUMBER: (� CA BER: *TAX ID NUMBER: V ARC CT E #: v Bidder acknowledges receipt of the fol i g add Addendum No. Dated: Acknowle d Addendum No. Dated: b VAckno Gd by: Addendum No. Dated: c edged Addendum No. Dat �cknowle ge y: Total Completion Ti rr id Liq 'da Dam es `luding Alternative: Substantial completion shall be 30 consecutive calendar days fro�'4 established in a written notice to proceed. Final completion shall be 15 days after substantial co eNrr. Tfe bidder must agree also to pay as liquidated damages, the sum of $100.00 for each consecutive caleWdal kay thereafter. The bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the bid opening. BID FORM 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name and Address Expected Percentage or Value MECHANICAL: PLUMBING: `O ELECTRICAL: G ROOFING AND SHEET METAL: P Other (designate) I O G� G✓ Upon receipt of written not' e of eptanc this bid, id dZ will execute the formal contract attached within 10 days and deliver a Suret B d or 0,11 reg4r he General Conditions. The bid security attach the su of �� is to become the property of the Owner 4 Ant the contract and bond are not executed within the time set forth above, as liquidated damages fo e�y and additional expense to the Owner caused thereby. *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: BID FORM 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT Section 03 CONTRACTOR REFERENCES The following information is required from all Bidders so all bids may be reviewed and properly evaluated: �7iu�e► ►_u� NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: FULLTIME PART TIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULL TIME PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1. 2. COMPANY NAME � COMPAIlk G CITY, STATE, ZIP ATE, ZJ�► CONTACT PERSON �%\ `V�CON RSON� TELEPHONE PHON� DATE COMPLETED O D E PLETED � O G E-MAIL ADDRESS ` ` -MAIL ADDRESS 3. ♦ ♦ 4. COMPANY NAME COMPANY NAME CITY, STATE, ZIP CITY, STATE, ZIP CONTACT PERSON CONTACT PERSON TELEPHONE TELEPHONE DATE COMPLETED DATE COMPLETED E-MAIL ADDRESS E-MAI L AD DRESS CONTRACTOR REFERENCES 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT SECTION 04 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and I `O V G a corporation duly organized under the laws t State as Surety, hereinafter called Surety, are held and firmly bound ur� O .` City of Fayetteville, Arkansas G � 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Ow r ' the su o O Do rs ), for the payment of which sum, well and truly to be made, Princ I a s4S, bind ou elv our heirs, executors, administrators, successors and assigns, jointly ands a yfirmse pre WHEREAS, Principal haslrGbmitte Bi for: Ci BID 23-42, CONSTRUCTICjIG� GI�Y HALL ROOF REPLACEMENT NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. BID BOND 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT Signed and sealed this day of PRINCIPAL M 20 (CORPORATE SEAL) SURETY By `O V ATTORNEY -IN -FACT RR RATE SEAL) O G � 0 0 (This Bond shall be accompanied V1 O Attorney-in-Fact's authority fro(nty) � G G� END OF SECTION 04 BID BOND 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT SECTION 05 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and I �O V as Surety, hereinafter called Surety, are heldirmly b to City of Fayetteville, Arkansas X�/ O 113 West Mountain Str G Fayetteville, Arkansas 72 1 �1 O V as Obligee, hereinafter called Owner, >(he �f $ , for the payment whereof Contractor and Surety bind themselve) thei �he execut nistrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, Contract wr' ee 20 , entered into a contract with Own r BID-4 CONST ON — CITY HALL ROOF REPLACEMENT which contract is by reference made a part heregf hereinafter referred to as the Contract. NOW, THEREFORE, THE TION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination PERFORMANCE BOND 1 CITY OF FAYETTEVILLE. ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corpoAtion of r than the Owner named herein or the heirs, executors, administrators, or successors of the Ow •�O Signed and sealed this day of CONTRACTOR A� By V G SURETY (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) ` �Z RPORATE SEAL) Q i-N, V O O NTERSIGNED: Resident Agent Arkansas Y (CORPORATE SEAL) Approved as to Form: Attorney for PERFORMANCE BOND 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT SECTION 06 LABOR AND MATERIAL PAYMENT BOND This Bond is issued simultaneously with the Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and `O V 'Q as Surety, hereinafter called Sur a and " bou City of Fayetteville, Arkan s k `/ n, V 113 West Mountain Street O J► � O G Fayetteville, Arkansas 7 1 G✓ as Obligee, hereinafter oillic6ner, r e anAit of claimants as hereinbelow defined, in the amount of $ ayment whereof Contractor and Surety bind themselves, their heirs, executors, administrat ucces rs d assigns, jootly and severally, firmly by these presents. WHEREAS, Contractor ha i e Agreement dated , 20 , entered into a contract with Owner for -42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT which contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of LABOR AND MATERIAL PAYMENT BOND 1 CITY OF FAYETTEVILLE. ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above -named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant other than one having a direct contract witePrincip shall have given written notice to any two of the following: the Contractor,Rk Owner, o shall within 90 days after such claimant did or performed the last of► or la furnished the last of the materials for which said claim iss`l r e, sta ' sth subs accuracy the amount claimed and the name of the part to Jlhom th rials we1�►rnished, or for whom the work or labor was done or r rr d. Suc shall ved by mailing the same by registered mail or certified ai ostag id, in elope addressed to Contractor, Owner or Surety, at an where ce is r mai fined for the transaction of business, or served in anner �`h legal ro s may I: Ss ved in the state in which the aforesaid Pro* e i locat what s n tube made by a public officer. 2. After the ex of a year follo t date o w 'ch Contractor ceased Work on the Y g Contract, it b ing off, ho ,that if imitation embodied in this Bond is prohibited by any La�ntrollin istruct n ereof, such limitation shall be deemed to be amended sorbe eq I mini eriod of limitation permitted by such Law. 3. Other t n in state i1pf comp ent risdiction in and for the county or other political sub i'V'`'f the whic4i a ject, or any part thereof, is situated, or in the United S at trict C t r theoin which the Project, or any part thereof, is situated, and not sewherE*k, D. The amount ef this`B� d shall be reduced by and to the extent of any payment or payments made in good faith heNv6der, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20 LABOR AND MATERIAL PAYMENT BOND 2 CITY OF FAYETTEVILLE. ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT CnNTRACTnR (CORPORATE SEAL) SURETY COUNTERSIGNED: Resident Agent State of Arkansas By By ATTORNEY -IN -FACT •`O CORP SEAL) (This Bond shall be accompanied with Attorney-in-Fact's authority from Suret V Ap as t O G ti I OO gt1i y for G � G G� LABOR AND MATERIAL PAYMENT BOND 3 PROJECT MANUAL FOR FAYETTEVILLE CITY ADMINISTRATION BUILDING ROOF REPLACEMENT C F ,A • Q 09-19- 3 FOR C • R N Archi eft • ORTEST AR P LC ` 1 W. ChaR ST, 410 PY TEVILLE, A A S 7270� (7 11966.4 FFICE vvvv HI R NUMBER AYON U • `RIQ 202TWER 6 `v � G G� SECTION 00 0105 CERTIFICATIONS PAGE ARCHITECT I HEREBY CERTIFY THAT THIS PROJECT MANUAL WAS PREPARED BY ME, OR UNDER MY DIRECT SUPERVISION, AND THAT I AM A DULY LICENSED ARCHITECT UNDER THE LAWS OF THE STATE OF ARKANSAS. FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 00 0105 - 1 Certifications Page 09-19-2023 SECTION 00 0110 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS CITY OF FAYETTEVILLE PROVIDED DOCUMENTS INTRODUCTORAY INFORMATION Section 00 - Title Page Section 00 - Bidder's Check List Section 00 - Advertisement Section 01 - Instructions to Bidders BID FORMS AND SUPPLEMENTS Section 02 - Bid Form Section 03 - Contractor Refernce Section 04 - Bid Bond Section 05 - Performance Bond O Section 06 - Labor and Material Payment B CONTRACT GENERAL CONDITIONS G General Requirements 1`+ DIVISION 00 -- PROCUREMENT AND CONTRAC EQUll I TS 00 0105 - Certifications Page 00 0110 - Table of Content ` • 00 6325 - Substitution t For O ` SPECIFICATIONS DIVISION 01 -- GENERAL R Q M&NTS n. 01 1000 - Summary T �G.J O 01 2000 - Price and Tit Proc V 01 2200 - Unit Pr' 01 2500 - Su tituti roce 01 3000 -Ad i trative ents 01 321 - ructio�� ess Schehl�' 01 334�legate esign Deferred Submittal Procedures 01 5000 - Terr�`R�acilities and Controls 01 6000 - qq od���►Requirements 01 7000 - E�!Gtion and Closeout Requirements 01 7800 - Closeout Submittals DIVISION 02 -- EXISTING CONDITIONS 02 4100 - Demolition DIVISION 03 -- CONCRETE NOT USED DIVISION 04 -- MASONRY A. 04 0100 - Maintenance of Masonry DIVISION 05 -- METALS NOT USED DIVISION 06 -- WOOD, PLASTICS, AND COMPOSITES FAYONC22.00 Table of Contents City of Fayetteville Administration Building 00 0110 - 1 09-19-2023 Roof Replacement 06 1000 - Rough Carpentry DIVISION 07 -- THERMAL AND MOISTURE PROTECTION 07 0150.19 - Preparation for Re -Roofing 07 4213 - Metal Wall Panels 07 5216 - Styrene-Butadiene-Styrene Modified Bituminous Membrane Roofing 07 6200 - Sheet Metal Flashing and Trim 07 9200 - Joint Sealants DIVISION 08 -- OPENINGS 08 6300 - Metal -Framed Skylights 08 8000 - Glazing DIVISION 09 -- FINISHES 09 9113 - Exterior Painting DIVISION 10 -- SPECIALTIES NOT USED DIVISION 11 -- EQUIPMENT �`O 11 8129 - Facility Fall Protection DIVISION 12 -- 33 NOT USED END OF SECT V Q, O 'Q 'Q O G . ti o , o � Cj FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 000110-2 Table of Contents 09-19-2023 SECTION 00 6325 SUBSTITUTION REQUEST FORM PRE -BID SEND TO AMANDA BEILFUSS SR. PURCHACING AGENT CITY OF FAYETTEVILLE 113 W. MOUNTIAN STREET FAYETTEVILLE, AR 72701 PHONE 479-575-8220 POST -BID SEND TO BEN CRUCE PROJECT ARCHITECT WEIR ARCHITECTS 112 W. CENTER STREET, SUITE 410 FAYETTEVILLE, AR 72701 PHONE 479-966-4477 SECTION PARAGRAPH SPECIFIED ITEM PROPOSED SUBSTITUTE ATTACH, COMPLETE DESCRIPTION, DESIGNATION, CATALOG OR994CEL NUMSPEC DATA SHEET, AND OTHER TECHNICAL DATA, IN DING LABkNTORY TES�F APPLICABLE. oft` ,� ANSWER THE FOLLOWING QUESTIONS WILL SUBSTITUTION AFFECT DIMENSION * ATE t I WI THE SI E DIFFERENT PHYSICAL SI E WILL SUBSTITUTION AFFECT WIR4, WIPING, �RJ�TWOR INDICATED ON DRAWINGS THIS INCLUDES LOWER OR HIGH R ELECTRICAL LOAD A� R VOLTAGE DIFFERENT BTU HEAT LOAD AND OR OR VEN �'REQUIRED'CLE , E C. v WHAT AFFECT WILL SUBSATUTI PE ON ri TRA LIST ANY DIFFERENCES BE 1N PR SUB ION AND SPECIFIED ITEM .�JJ IF NECESSARY, WILL THE DER PAY F R ARCHITECTS ENGINEERS COSTS, REQUIRED TO REVISE WORKINC��INGT ARE CAUSED BY SUBSTITUTION �` f MANUFACTURER�/�VARRA TY OF PROPOSED ITEMS ARE SAME PROPOSED COST SAW PING SUBSTITUTION PRODUCT REVIEW COMMENTS 1 APPROVED APPROVED AS NOTED SEE ATTACHED EXPLAINATION NOT APPROVED REJECTED REJECTED RECEIVED TOO LATE NOT REVIEWED REMARKS REVIEWED BY FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 00 6325 - 1 DIFFERENT Substitution Request Form 09-19-2023 SUBMITTED BY FIRM ADDRESS SIGNATURE DATE PHONE EMAIL FAYONC22.00 City of Fayetteville Administration Building Roof Replacement END OF SECTION 00 6325 - 2 Substitution Request Form 09-19-2023 SECTION 01 1000 SUMMARY PART 1 GENERAL V.22 1.01 PROJECT A. Project Name: City of Fayetteville Administration Building Roof Replacement B. Owner's Name: City of Fayetteville, Arkansas. C. Architect's Name: WER Architects. D. The Project consists of the roof replacement and skylight replacement of the existing City of Fayetteville Administration Building. 1.02 CONTRACT DESCRIPTION 1.03 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is indicated on drawings and speyified in Section 02 4100. B. Scope of alterations work is indicated on drawings. 1.04 WORK BY OWNER O A. The Owner, without sacrificing their right toto does to un significant work with their own forces within the construct' n rior t tantial etion. B. Items noted NIC (Not in Contract) �11� upplie alled er before Substantial Completion. B C. Items and equipment noted to b*ntactor ed an ctor Installed is to be purchased new by the Contrafct�tnd all c sociate a handling, installation and connection should be incly�ded rn-k i roject ms Wridecuip/rnent noted to be Contractor Installed shyII be coordi to pr d e !or shall include all costs for handling, installatiA a dZonne the D. Cooperate fully wit) ele �n own forces se rate co a rs, if any, so work on those contracts may be cari ied t��thy, wit terfeerir�rj or delaying work under this contract. � iiVV/�// 1.05 OWNER OCCUPANCY A. Owner intends to ti to cu adjace nss of the existing building during the entire construction p riod. B. Owner intend ccup th ct u bstantial Completion. C. Coopei wne ize 1'1� to facilitate Owner's operations. D. Schedul l Work t ac mmod1ner occupancy. 1.06 CONTRACTOR US ITE AND PREMISES A. Constructi ions: Limited to areas noted on Drawings. 1. Locat conduct construction activities in ways that will limit disturbance to site. B. Arrange use of site and premises to allow: 1. Owner occupancy. 2. Work by Others. 3. Work by Owner. C. Do not unreasonably encumber site with materials or equipment. Confine stockpiling of materials to areas authorized by Owner. D. Provide access to and from site as required by law and by Owner: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. FAYONC22.00 Summary City of Fayetteville Administration Building 01 1000 - 1 09-19-2023 Roof Replacement 2. Do not obstruct roadways, sidewalks, or other public ways without permit. E. Workers on the jobsite are to be reminded that adjunct areas are occupied and in use on the campus. W A F. Existing building spaces may not be used for storage. G. Time Restrictions: 1. Limit conduct of especially noisy exterior work to the hours of 7:00 am through 4:00 pm. H. Utility Outages and Shutdown: 1. Limit disruption of utility services to hours the building is unoccupied. 2. Do not disrupt or shut down life safety systems, including but not limited to fire sprinklers and fire alarm system, without 7 days notice to Owner and authorities having jurisdiction. 3. Prevent accidental disruption of utility services to other facilities. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION • O P o G � . o � ti o o � � G FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 01 1000 - 2 Summary 09-19-2023 SECTION 01 2000 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Sum and Contract Time. C. Change procedures. D. Correlation of Contractor submittals based on changes. E. Procedures for preparation and submittal of application for final payment. 1.02 SCHEDULE OF VALUES A. Use Schedule of Values Form: AIA G-702 Application and Certificate for Payment. B. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit draft to Architect for approval. A C. Forms filled out by hand will not be accepted. D. Submit Schedule of Values in duplicate wit ' �5days aft— f Own rtractor Agreement. E. Format: Utilize the Table of Content4o is roject . Identi h line item with number and title of the specification*%,fti47 Idepti obiliz t F. Include in each line item, the am Allowa Njji 9ecifie l�girlsection. For unit cost Allowances, identify quantities ta�cel* rom C Docu Itip l' d by the unit cost to achieve the total for the item W * G. Revise schedule to list a r e Ch Oeiers, wit Ap ' or Payment. 1.03 APPLICATIONS FOR PR GS PA TS A. Agree e Payment Period: t i als sti ula in e A Y P 9 B. Use Form AIA G702 and m '�703, stipul t i the Agreement. C. Electronic media printout it ing a u(a TTCinform- ill be considered in lieu of standard form specified; submit sple to c tfor appr D. Forms filled out 4 hand will n be cepted. E. For each item, rovi0e a col r listing ch the following: 1. Item "I b . 2. D .� of w ` 3. Sc d ed Val es. 4. Pre vi us c tions. 5. Work in PI Stored Materials under this Application. 6. AuthoCileted ange Orders. 7. Total and Stored to Date of Application. 8. Percentage of Completion. 9. Balance to Finish. 10. Retainage. F. Execute certification by signature of authorized officer. G. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. H. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of work. I. Submit one electronic and three hard -copies of each Application for Payment. FAYONC22.00 Price and Payment Procedures City of Fayetteville Administration Building 01 2000 - 1 09-19-2023 Roof Replacement 1.04 MODIFICATION PROCEDURES A. For minor changes not involving an adjustment to the Contract Sum or Contract Time, Architect will issue instructions directly to Contractor. B. For other required changes, Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within 15 days. D. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. 1. For change requested by Architect for work falling under a f�rice co he amount will be based on Contractor's price quotation. E. Substantiation of Costs: Provide full inform quireduation. V 1. Provide the following data: a. Quantities of products labw ui me t. q quipme (�V b. Taxes, insurance, and bor�,s' �� V c. Overhead and profit. `` ) A d. Justification for an c n in Co ime. `Q► Y e. Credit for deletion ontra i larly d ted. , F. Execution of Change Or shi I sue h rde natures of parties as provided in the Condi n tthe C tra G. After execution of Or r, promptly r ise chedule lues and Application for Payment forms to r ord ea th4grized C e Order parate line item and adjust the Contract Price. H. Promptly revise progr s e ule ®ct any c Z1�in Contract Time, revise sub - schedules to adjust for oth i �f work 1d by the change, and resubmit. 1. Promptly enter c e n Pr ct ord Do ts. 1.05 APPLICATION FFI L PA A. Prepare.ANLWan fo Fi I yment ified for progress payments, identifying total adjust tract Su , re o u s ym� and sum remaining due. B. Applicatio or Fin I ayment will nconsidered until the following have been accomplished! 1. All clorlu c dures specified in Section 01 7000. PART 2 PRODUCT T USED PART 3 EXECUTION - NOT USED END OF SECTION FAYONC22.00 Price and Payment Procedures City of Fayetteville Administration Building 01 2000 - 2 09-19-2023 Roof Replacement SECTION 01 2200 UNIT PRICES PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. List of unit prices, for use in preparing Bids. B. Measurement and payment criteria applicable to Work performed under a unit price payment method. 1.02 COSTS INCLUDED A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 1.03 UNIT QUANTITIES SPECIFIED 1.04 A. Quantities indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements of actual Work will determine the payment amount`^ MEASUREMENT OF QUANTITIES ``` ' ' A. Measurement methods delineated in the indI specifi •INOctioni lement the criteria of this section. In the event of conflic e requir of the ' i ual specification section govern. B. Take all measurements and compu titles. a ement r uantities will be verified by Architect.► C. Assist by providing necessary ii Went, w ��/ and su��erson I as required. D. Measurement Devices: ^� ^ .�V `, 1. Weigh Scales: Ir Measures de arty 2. Platform Sca 3. Metering Devi s within the past ye E. Measurement by Weyii shapes will be meas�ir handbook or scalnei F. Measurements or thicknesp. G. Measurer n26 H. Linear IVre I. Stipulated Prioe combinatiornls Weights and date the conveying vehicle. licable state department �ing stNi ets or formed steel or other metal ghts. d assemblies will be measured by jkic d elnsion using mean length, width and height Me, imension using mean length and width or radius. dimension, at the item centerline or mean chord. ant: Items measured by weight, volume, area, or linear means or , as a completed item or unit of the Work. J. Perform suWrequired to determine quantities, including control surveys to establish measurement reference lines. Notify Architect prior to starting work. K. Contractor's Engineer Responsibilities: Sign surveyor's field notes or keep duplicate field notes , calculate and certify quantities for payment purposes. 1.05 PAYMENT A. Payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities of Work that is incorporated in or made necessary by the Work and accepted by the Architect, multiplied by the unit price. B. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. FAYONC22.00 Unit Prices City of Fayetteville Administration Building 01 2200 - 1 09-19-2023 Roof Replacement 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines and levels of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling, and disposing of rejected Products. 7. Products placed and concealed prior to assessment of quantity or volume. 1.06 SCHEDULE OF UNIT PRICES A. Cost per square foot for removal of deteriorated wood board roof decking and replacemtn with new OSB roof sheathing. See Section 06 1000-Rough Carpentry B. Cost per square foot for masonry repointing. See Section 04 0100-Maintenance of Masonry C. Cost per square foot for brick replacement. See Section 04 0100-Maintenance of Masonry PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 01 2200 - 2 Unit Prices 09-19-2023 SECTION 01 2500 SUBSTITUTION PROCEDURES PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Procedural requirements for proposed substitutions. 1.02 RELATED REQUIREMENTS A. Section 00 6325 - Substitution Request Form: Required form for substitution requests made prior to or after award of contract (During procurement or construction). B. Section 01 6000 - Product Requirements: Fundamental product requirements, product options, delivery, storage, and handling. 1.03 DEFINITIONS A. General Clarification: Where a definate material is specified it is not the intent to descriminate against any equal product from another manufacturer. It is the intent to$et a defnate standard. Open competition is expected, but in all cases, complete data mu a submitte r comparrision and test when requested by Architect. No substit ' all be less authorized in writing by the Architect. If the ontractor pro 0 t substitu qual product, he shall make this fact known, in writing, to hitect an as pos ' ter the award of the contract. B. Substitutions: Changes from Contr ents r i ments r�y d b Contractor to 9 PV/ Y materials, products, assemblies, an ment. 1. Substitutions for Cause: Prep due t ed Pro umstances beyond Contractor's control. a. Unavailability. V b. Regulatory cha 2. Substitutions for ience Pr osed tssibilit offering substantial advantage t ec . a. Substitut r q e ffring adv age solely t h Contractor will not be considere ` (� PART 2 PRODUCTS - NOT USED��/ PART 3 EXECUTION O 3.01 GENERAL REQUIR NTS A. A Substitution a u�st for aysem lies, materials, and equipment constitutes a q P representat 1h t the s 1. H i N5gate ed p� etermined that it meets or exceeds the quality le o he spe ifie product qu ment, assembly, or system including aesthetics of physi al pr s such as av le colors, patterns and textures. 2. Agrees t( the same warranty for the substitution as for the specified product. 3. Agre to vide same or equivalent maintenance service and source of replacement partsplicable. 4. Agrees to coordinate installation and make changes to other work that may be required for the work to be complete, with no additional cost to Owner. 5. Waives claims for additional costs or time extension that may subsequently become apparent. 6. Agrees to reimburse Owner and Architect for review or redesign services associated with re -approval by authorities. B. A Substitution Request for specified installer constitutes a representation that the submitter: 1. Has acted in good faith to obtain services of specified installer, but was unable to come to commercial, or other terms. FAYONC22.00 Substitution Procedures City of Fayetteville Administration Building 01 2500 - 1 09-19-2023 Roof Replacement C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. Burden of proof is on proposer. 1. Note explicitly any non -compliant characteristics. D. Content: Include information necessary for tracking the status of each Substitution Request, and information necessary to provide an actionable response. 1. Forms included in the Project Manual are adequate for this purpose, and must be used. E. Limit each request to a single proposed substitution item. 1. Submit an electronic document, combining the request form with supporting data into single document. 3.02 SUBSTITUTION PROCEDURES DURING PROCUREMENT A. Instructions to Bidders specifies time restrictions for submitting requests for substitutions during the bidding period, and the documents required. B. Submittal Form (before award of contract): 1. Submit substitution requests by completeing the form in Section OA325; s e this section for additional information and instructions. Use only this forn^er forms ubmission are unacceptable. Substitutions before award of contract bZ5 submi e City of Fayetteville Purchacing Division. n. 3.03 SUBSTITUTION PROCEDURES DURING CON�bCTIO Z A. Submittal Form (after award of contract � ` 1. Submit substitution requests beting th in Sec ' 6325; see this section for additional information and ins�tions. my this ther forms of submission are unacceptable. Substit ter away► ontr t s bmitted to the architect. p _Wes/ aCc i � B. Architect will consider reque FQl►substitutl�nNonly witJpT1qSaays�afrT14Qate of Agreement. C. Substitutions will not be n eredd�e or moe folN�cumstances: 1. When they are i or im ied n sho or ro t ata submittals, without having recei approval. 2. Without a sep ate writ est.3. When accepta ce wil eqJe(q r visio ontracments. 3.04 RESOLUTION �► A. Architect may requ t itional ' ion an entation prior to rendering a decision. Provide this dat in pedi ous anner. B. Substitutions bmi d befo rd of co rac ill be accepted or rejected via addendum. 1. Architec s cision I g rev1r roposed substitution will be noted on the s rm t b de d ' t11� ndum. C. Substitu s submitted er awar of ntract, Architect will notify Contractor in writing of decision toacce444or4lectrequest. 1. Archite '� sion following review of proposed substitution will be noted on the subm' ed 3.05 ACCEPTANCE A. Accepted substitutions change the work of the Project. They will be recorded into submittal and any required changes to the Construction Documents will be incorporated into the work by issuance of Change Order, Architectural Supplementary Insructions, or similar instruments proivded for in the Conditions of the Contract. 3.06 CLOSEOUT ACTIVITIES A. See Section 01 7800 - CLOSEOUT SUBMITTALS, for closeout submittals. B. Include completed Substitution Request Forms as part of the Project record. Include both approved and rejected Requests. END OF SECTION FAYONC22.00 Substitution Procedures City of Fayetteville Administration Building 01 2500 - 2 09-19-2023 Roof Replacement SECTION 01 3000 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Electronic document submittals. B. Preconstruction meeting. C. Site mobilization meeting. D. Progress meetings. E. Construction progress schedule. F. Change Order requirements. G. Contractor Liabiltity requirements. H. Coordination drawings. I. Submittals for review, information, and project closeout. J. Number of copies of submittals. O K. Submittal procedures. 1.02 RELATED REQUIREMENTS P A. Section 01 3216 - Construction Pro e�ss eduleP r ?, Conte i i administration of schedules. V" A� 1.03 PROJECT COORDINATION G'`o► A. Cooperate with the Project Ci ator in l c lion of i tion,9r f site; for field offices and sheds, for constructi dive d e, traffic, rkin c ' B. During construction, c e use f si and c' i ro h oject Coordinator. C. Comply with Proje in is procedur fo tra-proje mmunications; submittals, reports and records, chedul s, cooidinatio wings, a mmendations; and resolution of ambiguities and conflict D. Comply with instructi s !'Fie Pro' o dinator �of temporary utilities and construction facilitie . U E. Coordinate field n ring ak lay t work instructions of the Project Coordinator. kX1F. Make the following t pes of 2Niftals to r itect: 1. Requests fob' interp + �8 2. Requests for sub ' ti 3. Shop drawings,, pro ct dataUnamples. 4. Test and inspection reports. 5. Manufactur r'si tructions and field reports. 6. Applicati - t; or payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ELECTRONIC DOCUMENT SUBMITTALS A. Any documents transmitted for purposes of administration of the contract will be in electronic (PDF) format and transmitted via an Internet -based e-mail service. 1. In addition to submittals for review, information, and closeout, this procedure will apply to requests for information (RFIs), progress documentation, contract modification documents FAYONC22.00 Administrative Requirements City of Fayetteville Administration Building 01 3000 - 1 09-19-2023 Roof Replacement 2. 3. 4. 5. A 7 (e.g. supplementary instructions, proposal requests, change orders), applications for payment, field reports and meeting minutes, and any other document the Contractor or Architect wish to make part of the project electronic record. Contractor and Architect will use conventional e-mail for this service, subject to the limitations of the service provider (file size). It is the Contractor's responsibility to submit documents in PDF format via file attachment to e-mail directed to ABC Architect. Addressee will be determined at the pre -construction conference. Documents shall be reviewed and stamped by the contractor prior to submission. PDF documents without contractors stamp, signature and/or initials, & date will not be reviewed. Each scan or PDF copy, especially large format documents or drawings, shall be individually stamped, if transmitted as individual files. Assembled documents in a single file need only be stamped once. Subcontractors, suppliers, and Architect's consultants are required to use the e-mail transmission of review documents, and provide copies directed to the Architect and Contractor. Users of the electronic document submission process shall provid.Wan email address and Internet access. PDF review software that includes ability to Vg�rk up and a ly electronic stamps (such as Adobe Acrobat, www.adobe.com, or Blue - rrWPDF R IN www.bluebeam.com), is encouraged, unless scan to RDFURICapabili w4rovided by the document generator / provider. �1 Paper documents & transmittals of elec?n*i*c subm' i 1MS will n viewed; emailed PDF documents without transmit tte/ forms he co o will not be reviewed. All other specified submittal a c ment r ion pr s apply, except that electronic document requiremkn o not a physic I a pies or color selection charts. _^VVV B. Cost: The cost of the electro i cost of the submittals in t C. Project Closeout: Arc ill d archived for the O r. e cont physical compone a rtV V, ou�Ocul4�ent sub is ' n. 3.02 PRECONSTRUCTION EETI O`((�J• I C ED ; include the shall be y and Architect will schedule a g of o�e of Aw Attendance Requi 1. Owner. \CO 2. Architec� 3. Contrai r. �%► Agendii 1. Dis ion of kXct Docu �en2. Submissi� t of Subcontrrs, list of Products, schedule of values, and progress sched ` 3. Desig ati cif personnel representing the parties to Contract, the Owner and Architect. 4. ProcedNwA and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 5. Scheduling. Record minutes and distribute copies within two days after meeting to participants, with electronic copies to Architect, Owner, participants, and those affected by decisions made. 3.03 SITE MOBILI ATION MEETING A. Architect will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: 1. Contractor. 2. Owner. FAYONC22.00 Administrative Requirements City of Fayetteville Administration Building 01 3000 - 2 09-19-2023 Roof Replacement 3. Architect. 4. Contractor's Superintendent. 5. Major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements . 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Security and housekeeping procedures. 6. Schedules. 7. Application for payment procedures. 8. Procedures for testing. 9. Procedures for maintaining record documents. 10. Requirements for start-up of equipment. 11. Inspection and acceptance of equipment put into service during c(pstruction period. D. Record minutes and distribute copies within two days after meetiqfXparticipa ith two copies to Architect, Owner, participants, and those affected by ions mad 3.04 PROGRESS MEETINGS A. Schedule and administer meetings throu ho progress Mork um monthly intervals. + � �� B. Make arrangements for meetings, p agen tfi utopies f cipants, preside at meetings. �' C. Attendance Required: Job s Indent, ubco and pliers, Owner, Architect, as appropriate to ala topic ach me • D. Agenda: ` 1. Review minu es us m ti S. 2. Review of W es 3. Field observat ns, pro e s land de ' S. �+ 4. Identification of probl t imped o will imp nned progress. 5. Review of submittals dule n�s us of s t s. 6. Maintenance o p re sc 7. Corrective a to r ai rojected u es. 8. Planned rogr Burinceeding or k nod. 9. Maintp o qu it ork ds. 10. Eff pos d c s on )t chedule and coordination. 11. iness re in to W k. E. Record mi utes a �(istribute copi ithin two days after meeting to participants, with electronic coon hitect, Owner, participants, and those affected by decisions made. 3.05 CONSTRUCTI®N PROGRESS SCHEDULE - SEE SECTION 01 3216 A. Within 10 da7eafter date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. 3.06 COORDINATION DRAWINGS FAYONC22.00 Administrative Requirements City of Fayetteville Administration Building 01 3000 - 3 09-19-2023 Roof Replacement A. Provide information required by Project Coordinator for preparation of coordination drawings. B. Review drawings prior to submission to Architect. 3.07 DIGITAL DOCUMENT FILES AND RELEASES A. BIM Models: Projects are created by Architect and Engineers using Building Information Modelling software and not all projects wil have these files available for Contractor's use. The final model is a composite of multiple models that will require separate models from consultants. Contact Architect and Engineers for specific availablity and cost. B. AutoCAD files: Do not exist for architectural plans. Architect has capabilty to generate AutoCAD files that resemble the sheets as seen in the Construction Documents as well as generate entire floor plans of the building. This service can be provided at a cost to the Contractor per sheet/floor plan desired. See end of section for Digital Release form. C. Portable Digital Format (PDF): PDF of issued drawings can be provided to Contractor at no cost. Contact Architect for availablity. D. Other documents: Contractor will have to directly contact consultants for trade ecific files, such as AutoCAD files for topographical layout, etc. 3.08 REQUESTS FOR CHANGE ORDERS • A. In order to facilitate checking of quotations fas or cra prop xcept for those so minor that their propriety can be seen y i pection,s �alj acco i d by a complete itemization of costs including labor, ria Is and su c i�dcts. L d materilas shall be itemized in manner prescribed abo AW ere m ' c items contracts, they shall be itemied also. 3.09 CONTRACTOR LIABILITY REQUI I €NTS A. The Contractor shall cause `mmen i ity cov g equir e Contract Documents to include (1) a cane,r r hitect E an itect Engineer's consulants as additio ed fo �lai� s cau le or in y the Contractor's negligent acts or durin trYi�2'ontr ct o ration an 2 the Owner as an 9 ) additional insured c i s edl'n whole in p rt by the o tractor's negligent acts or omissions during th Cont o dmpleterat ions. rchitect / Engineer, Engineer, and their res ective Consu b are re le for Professional Liability coverage. p t1 � Y 9 3.10 SUBMITTALS FOR V v A. When the followi re4ecifi d in dividua s, submit them for review: 1. Product ata. 2. Shop* dr gs. 3. Sa I sele do 4. S or verifi do 5. Del d DeaA De erred suls. B. Submit to A&ive eview for the limited purpose of checking for conformance with informationd he design concept expressed in the contract documents. C. Samples wiewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 7800 - CLOSEOUT SUBMITTALS. 3.11 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. FAYONC22.00 Administrative Requirements City of Fayetteville Administration Building 01 3000 - 4 09-19-2023 Roof Replacement 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architect's knowledge as contract administrator or for Owner. No action will be taken. 3.12 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.13 NUMBER OF COPIES OF SUBMITTALS A. Documents: Submit one electronic copy in PDF format; an electron icaK-markeV p file will be returned. Create PDFs at native size and right -side up; illegible fill be rej , B. Documents for Information: Submit one electronic copy. C. Documents for Project Closeout: Make elec reprod u��Oof submittes originally reviewed. Include electronic files of any ub ttals for in ocrr,��tion. All hard copies of Operational Manuals included with prp and equil2k eshoul collected and retained for close out documentation. V D. Samples: Submit the number spec ie in indiv ecific ctions; one of which will be retained by Architect. 1. After review, produce duplicates req r jobsi veri4icatio 2. Retained samples will not be return d Contra essfat so stated. Digital documentation of approvided mph will r i e ) 3.14 SUBMITTAL PROCE A. Transmit each sub 'ttal with(a Ul tod for Contrac rs tr)nsmittal form. Transmittal shall be numbered sequentially clu sed su it Is should inde original number and a sequential alphabetic suffi pans 'tt �s a inclu&lis�f each specification section or sections that are include in the t' onte�'. Send trasmitted submittal as one complete PDF; multiple file HI W?be r vie d and will need to be reassembled by Contractor. B. Identify Proje Co r ctor, E ntractor r supplier; pertinent drawing and detail number, and specifiica ' ection n C. Apply s st ed oriflitle rtifying that review, approval, verification of Produc a ired, field ' ensions, ad' cent construction Work, and coordination of informatio is in a�&dance with the requirements of the Work and Contract Documents. D. Deliver physia6ftfiltals to Architect at business address. In some instances, larger physical samples c be ordinated to be delivered to the construction site, typically for use in a mock- up. E. Schedule submittals to expedite the Project, and coordinate submission of related items. Transmit higher priority submittals first and provide date for anticipated return of submittal. F. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. When large quantities of submittals are transmitted in a short time frame, review time may take longer. Mark high priority submittals on trasmittal to notify / assist in an expidited review. G. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. Any proposed change or deviation from Contract Document plans or specifications must be clearly noted and easily identifiable on the submittal. Any change must be identified and specifically requesting approval of proposed deviation by Architet or Engineer of Recod. Failure to follow this FAYONC22.00 Administrative Requirements City of Fayetteville Administration Building 01 3000 - 5 09-19-2023 Roof Replacement requirement results in submitted deviation bearing the complete responsiblity of the contractor. H. Comments made in submittals by Architect or Engineer that change contract costs need to be submitted to Architect as a Potential Change Order for Claims for review and approval by Owner prior to the change to project scope. Failure to follow this requirement, whether a cost savings or cost increase, results in the submitted cost change bearing the complete responsibilty of the providing contractor. I. Provide space for Contractor and Architect review stamps. Submittals must be reviewed and stamped by Contractor, unstamped submittals will be not be reviewed and will be returned. J. Submittals to be as complete, comprehensive and accurate as possible. Include all components requested to be reviewed in Submittal section 1.03 of the specifications. Do not split up a single specification section into multiple submittals (ie product data, samples, shop drawings, etc.). Avoid grouping unrelated specifications sections together in a submittal. K. Each submittals will only be reviewed two times; once for orginal review and then a second time for a potential revised submittal. Any further additional reviews must include General Contractor's explaination for their inablity to conform with requirementslAdditio al reviews beyond aforementioned may have costs associated to complete additional revi L. When revised for resubmission, identify all changes made since previous s s n. Cloud all changes and revised details / notes. Addre II comment6 PAAi OfT questi osed in previous submission; lack of addressing all previous r com a grow s rejections of submittal. Include previous reviewed su ittX pages Nwe last e the new submittal information. •►► M. Distribute reviewed submittals as alp late. Ini�i�t Parties ti mptly report any inability to comply with requirements. ``�J%%""" C7 N. Submittals not requested will recognlQe Vor proce o C; ti o o � G G� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 01 3000 - 6 Administrative Requirements 09-19-2023 3.15 AUTOCAD RELEASE FORM A. At your request, Witsell Evans Rasco, P.A. (WER) will provide electronic files for your convenience and use in the preparation of a bid or shop drawings related to Project: subject to the following terms and conditions. B. WER's electronic files are compatible with AutoCad as a dwg. file. WER makes no representation as to the compatibility of these files with your hardware or your software beyond the specified release of the referenced specifications. C. Data contained on these electronic files is part of WER's instruments of service and shall not be used by you or anyone else receiving this data through or from you for any purpose other than as a convenience in the preparation of bids or shop drawings for the referenced project. Any other use or reuse by you or by others, will be at your sole risk and without liability or legal exposure to WER. You agree to make no claim and hereby waive, to the fullest extent permitted by law, any claim or cause of action of any nature against WER, its officers, directors, employees, agents or sub -consultants which may arise out of or in connection with your use of the electronic files. D. Furthermore, you shall, to the fullest extent permitted byZnts fy and hol rmless WER from all claims, damages, losses and expenses, inc ey's fe�ing out of or resulting from your use of these electronic fi s. E. T . D e etween these electronic files and corresponding hard c py ntract denda, change orders or other revisions. WER ma 2 e completeness of the electronic files ei\ signed contract documents prep WER documents shall govern. You a> r�sponsib of these electronic files, you r v t reliev mc documents, including andw eut li ti �fi dimensions and details, takesfield as e work with that of oAier co�tra tors �oro.e "I eseTited on ctronic files can be modified, I ight to a all indications of its ownership tefectroni?display. is fil� st of 1Q per building floor or sheet, for the following: J �[` `�•/ 1. 2. 3. A service of ( ) sha mitted to WER prior to delivery of the electronic files. H. Under no circ s shall delivery of the electronic files for use by you be deemed a sale by WER a es no warranties, either express or implied, of merchantability and fitness for p rticular purpose. In no event shall WER be liable for any loss of profit or any consequentia amages. F. Because of the pot ial unintentionally or of r\A and/or involvement from G. WER will furnish yo� SIGNED i �arding t uracy or '�e vent th nflict arises between the Wctronic a signed contract etermiNQ if any cowflict exists. By your use r dutt lb fully comply w�h the contract ;ephto check, confirm and coordinate all p field conditions'and coordinate your WITSELL EVANS, RASCO PA CONTRACTOR NAME TITLE DATE ADDRESS PHONE NUMBER END OF SECTION FAYONC22.00 Administrative Requirements City of Fayetteville Administration Building 01 3000 - 7 09-19-2023 Roof Replacement SECTION 01 3216 CONSTRUCTION PROGRESS SCHEDULE PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Preliminary schedule. B. Construction progress schedule, bar chart type. 1.02 SUBMITTALS A. Within 10 days after date of Agreement, submit preliminary schedule. B. Within 10 days after joint review, submit complete schedule. 1.03 QUALITY ASSURANCE A. Scheduler: Contractor's personnel or specialist Consultant specializing in CPM scheduling with one years minimum experience in scheduling construction work of a cOMDlexitv comparable to this Project, and having use of computer facilities capable of deliveringf detaileraphic printout within 48 hours of request. 1.04 SCHEDULE FORMAT •`O A. Listings: In chronological order according to art dat ch acti ' ntify each activity with the applicable specification s cti numbe . B. Diagram Sheet Size: Maximum 22 es. Pr d1e electronic in PDF format. PART 2 PRODUCTS - NOT USED �� G PART 3 EXECUTION 3.01 PRELIMINARY SCHEDULE • V" A. Prepare preliminary sc I in the hor' qch ` 3.02 CONTENT A. Show complete se ence of str�ction by tivi , with �s br beginning and completion of each element of con tructi B. Identify each item by specikAon sect' n 1W J► C. Provide sub-schedul define �ichedul orrtions entire schedule. D. Include conferen a i1 me s E. Show accum ed ercent omple i of each item, and total percentage of Work complete ' �` f e firs each sn F. Provid rte sche a sub ittal tes for shop drawings, product data, and samples, owner-fu ' ed ppOlucts, product ' tified under Allowances, and dates reviewed submittals will be requireqkTfhkchitect. Indicate decision dates for selection of finishes. G. Indicate dea for owner -furnished products. H. Provide leg �r symbols and abbreviations used. 3.03 BAR CHARTS A. Include a separate bar for each major portion of Work or operation. B. Identify the first work day of each week. 3.04 REVIEW AND EVALUATION OF SCHEDULE A. Participate in joint review and evaluation of schedule with Architect at each submittal. B. Evaluate project status to determine work behind schedule and work ahead of schedule. C. After review, revise as necessary as result of review, and resubmit within 10 days. 3.05 UPDATING SCHEDULE FAYONC22.00 Construction Progress Schedule City of Fayetteville Administration Building 01 3216 - 1 09-19-2023 Roof Replacement A. Maintain schedules to record actual start and finish dates of completed activities. Revised schedules should show original baseline start and finish dates for activities in comparrison with actual work started and completed. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. G. Provide narrative report to define problem areas, anticipated delays, and impact on the schedule. Report corrective action taken or proposed and its effect. 3.06 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to Contractor's project site _/Fii�, to subcortors, suppliers, Architect, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writi roblems • 'Od by pri ns indicated in schedules. END SE TION `/ V o � o G � ti o o � � G G� FAYONC22.00 Construction Progress Schedule City of Fayetteville Administration Building 01 3216 - 2 09-19-2023 Roof Replacement SECTION 01 3340 DELEGATED DESIGN DEFERRED SUBMITTAL PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Delegated design deferred submittals approval requirement including those specified in individual Specification Sections. B. Stamp and seal of delegated license professional when required by referenced Specification Sections. 1.02 DEFINITIONS A. Delegated Design:: 1. Transfer of design responsibility to Contractor for one or more specialty scopes of the work for the construction of a project as indicated in Specifications. 2. Delegated design requires Contractor to obtain professional engineering services for design when specified in individual Specification Sections. B. Deferred Approval Items: 1. Deferred approval items are those portions of the design a re noten d at the time of the application for permit, and that a e submi uthorJurisdiction within a specified period. 2. Deferral of any submittal items sp av prior a_p� I of th i g official. 3. Architect will review deferred it item Contr bmitting to Authority Having Jurisdiction with a not io i dicati the def rC ubmittal documents have been reviewed and that th been f o be ' al conformance with the design of the building. �V C. Deferred Submittal Appro cess o iTactor: ` 1. Includes re arin nt h wi 1ctio Tn s andprocedures, pp ess�a �r�f g including ch a inter ons b my H ing isdiction, fees, inspections and testings,Idather item s r bere i to rovide installation and pY q pregulatory fins ppro&C"din fs defer proval2. Includes coordinatioeferr oval ite d scheduling sufficient time to complete the proces n t united �w and approval by the Owner, Architect and t�ditiona ed rev' installation by Contractor, inspection and testing n rov d a cy, an i pproval by Authority Having Jurisdiction. D. Qualified Prof sio ngine egistere to ctice engineering in the State the project is located in fpr wing d' ci 1. Str v 1.03 DEFERRE MITT DIRE N Z OR DELEGATED DESIGN WORK A. Section includg ed approval requirements for the following items: 1Metal f 'ghts i Facili Fa rotection B. Deferred Sub ittal Approval Requirements: In connection with the delegated design systems as indicated on Drawings or specified, Contractor shall submit complete list of materials and other required details as required under Section 013300 - Submittals. 1. Detailed drawings, and certifications shall be prepared under the supervision of, and stamped / signed by a professional Structural Engineer registered in that discipline in the State the project is located in. a. It shall be Contractor's responsibility, and Contractor's registered professionals, to present submittals, drawings, and certifications to Architect and to Authorities Having Jurisdiction as deferred submittal for approval. FAYONC22.00 Delegated Design Deferred Submittal City of Fayetteville Administration Building 01 3340 - 1 09-19-2023 Roof Replacement b. All work shall be engineered according to and comply with performance or design requirements in Specifications and with Building Codes referenced on Drawings. c. Architect's comments shall be incorporated in engineered drawings prior to submittal to Authorities Having Jurisdiction. C. Responsible Control: 1. All shop drawings and related submittals shall be responsibility of Contractor, stamped and signed approved by Contractor and Contractor's design professionals and submitted to Architect for review and acceptance. 2. The Architect and appropriate Consultants will review deferred submittals and material data for consistency with design intent only. Contract Drawings indicate design intent and shall be used as providing minimum required for design, fabrication, function, support and anchorage. Architect's review does not relieve Contractor and Contractor's subcontractors and their design professionals of their responsibilities to meet Contract Document requirements. 1.04 PERFORMANCE REQUIREMENTS A. Responsibility for Review and Approval Process for Deferred App I Items: 1. General Contractor is responsible for Authority Having Jur ti n revie a pproval of deferred submittal items, including but not limited to ertgi a ng, app , fees and costs, testing and inspections, installati view an oval inc ecuring final approvals and turning documentation o r to the Offer. 2. Contractor shall review Contract ents, prepare list of d rrkd submittals, and incorporate line item for each I in cQn_�ruction rogre s schedule and submittal schedule. //���� ��� B. Responsibility for Coordination *Nchedulirag. 1. General Contractor is responsible fo scheduling a �irdinating deferred submittal approval items incluong engine" proval an ovatons, installation and final Authority Haying Jurisdiction oval . 2. Conduct gen al deferred it roce eeting to vie eferred approval items, including Conlractor's responsibilities a ac ion plan. C. Responsibility for C&npleteness of Submi a a, to b ded with Deferred Submittal Approval Packages: y , P e 1. Submittals, incl ho drawin roduct rtifications, and other related data, are generally req it d to be incluMWd wi submittal approval packages. 2. General contract r shall�eview and cooimpact of items identified in deferred submitta list agadjac t.�iwilding sy ms``, substrates, and substructures where these items r, i tailed. v 1.05 SUBMITT � ` A. General: G 1. See Sectiosl N000 - Administrative Requirements, for submittal procedures. 2. Comply wiil. s bmittal requirements indicated in individual specifications sections for deferr d s mittal approval items. 3. Comply h submittal requirements for Authority Having Jurisdiction deferred submittal approval items, including requirements above and beyond requirements for other Contract Document submittals. B. Product Data: Provide for each type of product indicated. C. Shop Drawings: Prepared by or under direct supervision of a qualified professional engineer. 1. Include engineering, design, certifications, and data, signed and sealed by registered professional engineer responsible for their preparation. D. Closeout Items: Original documentation of approvals and associated documents, including stamps and notations by Authority Having Jurisdiction on deferred approval documents, that FAYONC22.00 Delegated Design Deferred Submittal City of Fayetteville Administration Building 01 3340 - 2 09-19-2023 Roof Replacement were required or reviewed during successful completion of the approval process. 1. Provide documentation for each deferred approval item indicated. 2. Organize documents into separate packages for each separate deferred approval item indicated. Title each package "DEFERRED SUBMITTAL APPROVAL INFORMATION FOR [insert title of deferred approval item]". PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. FAYONC22.00 City of Fayetteville Administration Building Roof Replacement END OF SECTION 01 3340 - 3 Delegated Design Deferred Submittal 09-19-2023 SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers, enclosures, and fencing. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. H. Project identification sign. I. Field offices. 1.02 TEMPORARY UTILITIES O A. Owner will provide the following: 1. Electrical power , consisting of connecti to existi f ZiRi"ties. 2. Water supply, consisting of conge to existi ies. B. Provide and pay for all lighting, hea cool' n ventila uired for construction purposes. 6� C. Existing facilities may not be ✓ `�/ D. Use trigger -operated noz ater h s Ito avoi of 1.03 TELECOMMUNICATION CES A. Provide, maintain, for teleco uni do services be Id office at time of project mobilization. B. Provide telephone, cellulpkfv, ,r �, and hi -s eed inte Znnection to jobsite. C. Provide on jobsite c ci ew' d rinting sical copies of electronic versions of construction docu ubmitta'LS ASI, 1.04 TEMPORARY SANI Y ACI S` A. Provide and tai re uir ties a nclosures. Provide at time of project mobilization. B. Maintai i lea a tary 1.05 BARRIERS A. Provide barriers vent unauthorized entry to construction areas, to prevent access to areas that could s to workers or the public, to allow for owner's use of site and to protect existing fa itie d adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights -of - way and for public access to existing building. C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.06 FENCING A. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. B. Used material may be used for construction fence. Provide duplicate keys of any gate lock to Owner. Contractor to be responsible for maintainence of fence for duration of project. FAYONC22.00 Temporary Facilities and Controls City of Fayetteville Administration Building 01 5000 - 1 09-19-2023 Roof Replacement 1.07 SECURITY A. Provide security and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. 1.08 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with governing authorities and Owner. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off -site parking. 1.09 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re -used on the project must be stor o site, pr uitable non-combustible containers; locate containers holding flamma le C terial a the structure unless otherwise approved by the authoritie ing jurisdWIN D. Open free -fall chutes are not permitted. er ate cloes int ;priate containers with lids. . o�` 1.10 PROJECT IDENTIFICATION �`► A. Provide project identification si psi n an ruct sailed b Architect. P 1 91� g ��� �� Y B. Erect on site at location estaljii by ArcltitieL'► C. Project Identification Sig 1. One painted sig pare f t aria, boV t above o d. V 2. Content: tt-- a. Project ti , logo a ari�e of Owr(r as Indicat ontract Documents. b. Names an title a reties. r c. Names and titles chitect/jEngder. d. Name of P rContrac V 3. Graphic Design, Lo rs, Sty�teri ated by Architect/Engineer. D. Sign Materials: 1. Structure and Fram'n ��► oo turally adequate. 2. Si Surfs A: E to rude I 'th medium density overlay, minimum 3/4-inch t standard la si es to ini a joints. 3. Pai t and Prim rs: terior q i , two coats; sign background of color as selected. 4. Lettering�m quality paint, contrasting colors as selected. E. Installation 1. Install o' t identification signs within 15 days after date fixed by Notice to Proceed. 2. Erect at ocation directed by the Architect. 3. Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings. 4. Install signs surface plumb and level, with butt joints. Anchor securely. 5. Paint exposed surfaces of signs, supports, and framing. F. Maintenance: Maintain signs and supports clean, repair deterioration and damage. G. Removal: Remove signs, framing, supports, and foundations at completion of Project and restore the area. H. No other signs are allowed without Owner permission except those required by law. FAYONC22.00 Temporary Facilities and Controls City of Fayetteville Administration Building 01 5000 - 2 09-19-2023 Roof Replacement 1.11 FIELD OFFICES A. Office: Weathertight, with lighting, electrical outlets, heating, cooling equipment, and equipped with sturdy furniture, drawing rack, and drawing display table. B. Provide space for Project meetings, with table and chairs to accommodate 6 persons. C. Locate offices a minimum distance of 30 feet from existing and new structures. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED FAYONC22.00 City of Fayetteville Administration Building Roof Replacement END OF SECTION 01 5000 - 3 Temporary Facilities and Controls 09-19-2023 SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. General product requirements. B. Re -use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations. F. Procedures for Owner -supplied products. G. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 REFERENCE STANDARDS A. NFPA 70 - National Electrical Code Most Recent Edition AdopteqtNuthority Jurisdiction, Including All Applicable Amendments and Supple 1.03 SUBMITTALS V, A. Proposed Products List: Submit list of major roducts pr p d for u i name of manufacturer, trade name, and mode, ,ber of eac ct. 1. Submit within 15 days after da Teem 2. For products specified only b e nce s s, list c ble reference standards. B. Product Data Submittals: Sub nufact andar u ed dqa. Mark each copy to identify applicable products, s, optio nufact rranties other data. Supplement manufacturedar as rovid atio o this Project. C. Shop Drawing Submit epare sp ificall o t roj ct; i to utility and electrical characteristics, uti ection req en ,ocation tili outlets for service for functional equipme and ap ceps. D. Sample Submittals: Illustr fional a theticteristics of the product, with integral parts and attachmevices. o nate sa submittals for interfacing work. 1. For selection fr`rij.Si�ndard i e ubmit s es of the full range of the manufactur st and colo texture terns. PART 2 PRODUCTS \lh\, 2.01 EXISTING PRAD S A. Do not s `aerials a ipm e�11Q� from existing premises unless specifically require by ontractocents. B. Existing materialpc equipment indicated to be removed, but not to be re -used, relocated, reinstalled, deli the Owner, or otherwise indicated as to remain the property of the Owner, be me property of the Contractor; remove from site. C. Reused Prod cts: Reused products include materials and equipment previously used in this or other construction, salvaged and refurbished as specified. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by Contract Documents. B. Use of products having any of the following characteristics is not permitted: 1. Made of wood from newly cut old growth timber. C. Where other criteria are met, Contractor shall give preference to products that: 1. If used on interior, have lower emissions. 2. If wet -applied, have lower VOC content. 3. Are extracted, harvested, and/or manufactured closer to the location of the project. FAYONC22.00 Product Requirements City of Fayetteville Administration Building 01 6000 - 1 09-19-2023 Roof Replacement 4. Have longer documented life span under normal use. 5. Result in less construction waste. 6. Are made of recycled materials. 7. Are Cradle -to -Cradle Certified. 8. Have a published GreenScreen Chemical Hazard Analysis. D. Provide interchangeable components of the same manufacture for components being replaced. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types quanti ' �ecified in individual specification sections. + O Nk B. Deliver to Project site; obtain receipt prior to ayment� e) 2.05 WARRANTY A. For all products, where no specific warra ord ha identified, provide no less than manufacturer's standard & y for p t ine for a ' grade specified. PART 3 EXECUTION � GJ ``o► 3.01 SUBSTITUTION LIMITATIONS o' A. See Section 01 2500 - S s ution c�es. ` 3.02 OWNER -SUPPLIED P A. Owners Response ^^ 1. Arrange for an deliv bv�r�rlevie p drawiroduct data, and samples, to Contractor. 1vVVV� �vV 2. Arrange and pa r duct site. 3. On delivery, ' product with C t r. 4. Submit clai r nspN o amag place damaged, defective, or deficient items. 5. Arrange o anuf t arri spections, and service. B. Contra spons e 1. Re Owner evi ed sho dra ings, product data, and samples. Notify Owner and Archi ect i tely if supplie roduct affects installed final work. 2. ReceivQ1 d products at site; inspect for completeness or damage jointly with 3. Handl&*Zdre, install and finish products. 4. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Package products for shipment in manner to prevent damage; for equipment, package to avoid loss of factory calibration. B. If special precautions are required, attach instructions prominently and legibly on outside of packaging. C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. FAYONC22.00 Product Requirements City of Fayetteville Administration Building 01 6000 - 2 09-19-2023 Roof Replacement E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. See Section 01 7419. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weathertight, climate -controlled enclos_s in an envtkipment favorable to product. E. For exterior storage of fabricated products, Jkce on slope • s abov nd. F. Provide off -site storage and protection when a does n it on-s' age or protection. G. Protect products from damage or deter n duet c uction ions, weather, precipitation, humidity, temperature 1 ht an N�a i et lighi_ ust, and other contaminants. A� H. Comply with manufacturer's w n conditiewi�any. I. Cover products subject to ration with irppervious e t cove vide ventilation to prevent condensation an a radation of QAduct J. Store loose granul t is on solid flat surf well rain area. Prevent mixing with foreign matter. ^ L K. Prevent contact ca L. Provide equipment and pe%Ohnel to stgr ducts 1 disfigurement, or damage♦♦e �J C M. Arrange storage of prods to er acces o� products are undam d an maintaineddL'�E • �ND CTION QjP Ci Ci� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 01 6000 - 3 iration, or staining. s to prevent soiling, Periodically inspect to verify condition. Product Requirements 09-19-2023 SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, and selective demolition. C. Pre -installation meetings. D. Cutting and patching. E. Surveying for laying out the work. F. Cleaning and protection. G. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. 1.02 REFERENCE STANDARDS ' A. NFPA 241 - Standard for Safeguarding Construction, Alteratio emolitierations 2022, with Errata (2021). �` V 1.03 SUBMITTALS �J A. See Section 01 3000 - Administrative, uire ents, fo ittal ures. B. Survey work: Submit name, addre telep n ber of or before starting survey work. 1. On request, submit docu M, t 'on veri curac ey rk. 2. Submit a copy of site dr 7 signe t Land or, that levations and locations of the wor loco c with Co ocu 3. Submit surveys a ey to for pro' rd. C. Cutting and Patch mit written que in vance of 6glaing or alteration that affects: 1. Structural inte ity o arfleniqnt of Pr ct. 2. Integrity of wea here os r mois r istantnt. 3. Efficiency, maintenanr safety operat' ement. 4. Visual qualities ex nts.o C��5. Work of OwTor s parate ra tor. `G 1.04 QUALIFICATION A. For survey,0 ern d su�gistered in the State of Arkansas and acceptable to Archi mit i f surve rors and Omissions insurance coverage in the form ourance C ificate. Emplq my individual(s) trained and experienced in collectingid recor g accurate data relevant to ongoing construction activities. 1.05 PROJECT CONDMA A. Use of exp siv snot permitted. B. Ventilate enc ed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.06 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Notify affected utility companies and comply with their requirements. C. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent FAYONC22.00 Execution and Closeout Requirements City of Fayetteville Administration Building 01 7000 - 1 09-19-2023 Roof Replacement responsibilities for installing, connecting to, and placing in service, such equipment. D. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on drawings. Follow routing indicated for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of work of separate sections. G. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing produag and work for patching and extending work. B. Type and Quality of Existing Products: Determine by insper#titestin is where necessary, referring to existing work as a st . ` C. Product Substitution: For any proposed chaln�ekin mate fiabmit r for substitution described in Section 01 6000 - ProdV uirement v �` PART 3 EXECUTION `► 3 v 3.01 EXAMINATION A. Verify that existing site conditio ,*nd subs a surface cepta or subsequent work. Start of work means acceptanWof exis ndition B. Verify that existing sub tr t%a is cap le ruc s o or Or of new work being applied or attache pP�. . C. Examine and verifyep3clii(c itigws descr d in indivi cification sections. D. Take field measurements l%for onfirmin p duct or beginning fabrication, to minimize waste due to over-orderin � nisfa i ti . E. Verify that utility s c re ava' the co aracteristics, and in the correct locations. F. Prior to Cuttin % Ex ine a �onditio pri to commencing work, including elements subject to @I a or m e� duri�g and patching. After uncovering existing work, assess s aff ti or►�}� ork. Beginning of cutting or patching means accept e f existing di ions. V 3.02 PREPARATIO A. Clean subs �e s prior to applying next material or substance. B. Seal crack r enings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting: FAYONC22.00 Execution and Closeout Requirements City of Fayetteville Administration Building 01 7000 - 2 09-19-2023 Roof Replacement 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Architect of any discrepancies discovered. C. Protect survey control points prior to starting site work; preserve permanent reference points during construction. D. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate and lay out by in a tation similar appropriate means: + 1. Site improvements including pavement es for i11ig, fill an it placement; utility locations, slopes, and invert a vas. 2. Grid or axis for structures. 3. Building foundation, column locations, and �d loor el t H. Periodically verify layouts by sarye,�ens. I. Maintain a complete and acc�n�# og of c r d su as it resses. 3.05 GENERAL INSTALLATION ItE�UIREW S D +` A. Install products as sp i indivk(u instructions and r dations, a B. Make vertical elem is plumd. Mpri C. Install equipment and fittin Ib an horizontal lines, unle�ot ise lT D. Make consistent E. Make neat tra s 3.06 ALTERATION A. Drawin existing c d d 1. Verif that 2. Report ditj 3. Begin ing j C� /manufacturer's necessity for replacement. E)nts le '%We- ss otherwise indicated. :ly liaw1with adjacent vertical and S# nsitions, unless otherwise indicated. raintaining texture and appearance. es are based on casual field observation and uction and utIRtifFarrangements are as indicated. Dies to Architect before disturbing existing installation. rations work constitutes acceptance of existing conditions. Remove exiN6iog work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. 2. Relocate items indicated on drawings. 3. Where new surface finishes are to be applied to existing work, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. 4. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. C. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove, relocate, and extend existing systems to accommodate new FAYONC22.00 Execution and Closeout Requirements City of Fayetteville Administration Building 01 7000 - 3 09-19-2023 Roof Replacement construction. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components; if necessary, modify installation to allow access or provide access panel. 2. Where existing systems or equipment are not active and Contract Documents require reactivation, put back into operational condition; repair supply, distribution, and equipment as required. 3. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. a. Disable existing systems only to make switchovers and connections; minimize duration of outages. b. Provide temporary connections as required to maintain existing systems in service. 4. Verify that abandoned services serve only abandoned facilities. 5. Remove abandoned pipe, ducts, conduits, and equipment , including those above accessible ceilings; remove back to source of supply where possilyl'e, otherwise cap stub and tag with identification; patch holes left by removal using erials specNd for new construction. D. Protect existing work to remain. O 1. Prevent movement of structure; providng an g if ne s 2. Perform cutting to accomplish remo als atly anpecified tting new work. 3. Repair adjacent construction s da uring rwork. E. Adapt existing work to fit new work: as ne Smoot in ition as possible. F. Patching: Where the existing s a is not ' d to b hed, &atch to match the surface finish that existed pri r L►utting. a the s indi�a be refinished, patch so that the substrat dy f t finish G. Refinish existing surfa indica d: V ` 1. Where room es are in ed tg b in shed, r nis all visible existing surfaces to remain to t spe ifi ondition for Bch aterial h neat transition to adjacent finishes. ''1� 2. If mechanical or elect ork is �d acci n during the work, re-cover and refinish to matc � � �w H. Clean existing systems�d a uip n . _•J 1 I. Remove dem ition ris an ndoned ' em rom alterations areas and dispose of off -site; do not burro T~ J. Do not i co tr in a eas before demolition is complete. K. Comply�t�all othe ap 'cable r uir ents of this section. 3.07 CUTTING AND PAj A. Whenever si , e ecute the work by methods that avoid cutting or patching. B. See Alterat rticle above for additional requirements. C. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non -complying work. FAYONC22.00 Execution and Closeout Requirements City of Fayetteville Administration Building 01 7000 - 4 09-19-2023 Roof Replacement D. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. E. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. G. Restore work with new products in accordance with requirements of Contract Documents. H. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. I. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 8400, to full thickness of the penetrated element. J. Patching: 1. Finish patched surfaces to match finish that existed prior to patche(g. On OQPtinuous surfaces, refinish to nearest intersection or natural break. F assembinish entire unit. 2. Match color, texture, and appearance., • O 3. Repair patched surfaces that are damagp�d, lifted, d' l�$d, or other imperfections due to patching work. f defects are conditi ubstrate, repair substrate prior to repairing fini It ► (�� 3.08 PROGRESS CLEANING �� G A. Maintain areas free of waste m s, debri rubbisiMain 'te in a clean and orderly condition. ` B. Remove debris and rubbpip h ss , plenu cs, c I es, and other closed or remote spaces, prio losin the pace. C. Broom and vacuu interior are prio o it of surfa inis ing, and continue cleaning to eliminate dust. v►► D. Collect and remove waste Is, debritrash/ from site periodically and dispose off -site; do not bur bury O 3.09 PROTECTION OF IN D WO A. Protect installed o om da&e constri i operations. B. Provide speci rot ction pecif e i indiividual specification sections. • C. Provide an r le r installed products. Control activity in immediate work a event d ag . D. Provide pr tecti a erings at wal , rojections, jambs, sills, and soffits of openings. E. Protect finis • tairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy o ect y protecting with durable sheet materials. F. Prohibit tra i r storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle coverings if possible. 3.10 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.11 FINAL CLEANING A. Use cleaning materials that are nonhazardous. FAYONC22.00 Execution and Closeout Requirements City of Fayetteville Administration Building 01 7000 - 5 09-19-2023 Roof Replacement B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, scuppers, overflow drains, area drains, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.12 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other author B. Accompany Project Coordinator on prelimin inspection nine ite e listed for completion or correction in the Contractor's tion P t for C or's Notice of Substantial Completion. C. Notify Architect when work is consi �dy for ct's Su al Completion inspection. ZV D. Submit written certification contn�ontra t��i�SJCorrec�i4�i ►rich L66ttrhsacttoC�opntract Documents have been revie ork has I��ti inspect `lSthat wlete in accordance with Contract ents ar�f1� y for is S sCompletion inspection. 5 E. Conduct Substant" - le ion ins n an Final rre on Punch List containing Architect's and Co lrs prehensive o ms ide fi to be completed or corrected and submit to Arc hit ct. F. Correct items of work liste al Co Punc i d comply with requirements for access to Owner-oc .."'W reas. G. Notify Architect w k is cons re fina to and ready for Architect's Substantial Completion final ition. H. Complete i4e f work a by ect listed in executed Certificate of Substantial Comple ' n e ch com ve each item initialled by Project Superintendent and d comp d. Inclu in ject closeout documentation. E F SECTION G� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 01 7000 - 6 Execution and Closeout Requirements 09-19-2023 SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Project Completion Documents. B. Project Record Documents. C. Operation and Maintenance Manuals. D. Warranties and bonds. 1.02 SUBMITTALS A. Close Out Document Manuals: All information to be scanned to digital format and submitted to Architect. Retain all hard copies for one complete set for the Owner. Submit complete sets of the following: 1. Project Completion Documents: 2. Project Record Documents: 3. Operation and Maintenance Manuals: B. Final Application for Payment: Submit fully uted PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT COMPLETION DOCUMEN A. Project Directory: Include list o ntracto ner, A En 6iners,Subcontractor and prime material suppliers. o includ tr involy ary cqt name, phone number, mailing address ail addr B. Waiver of Liens: Provi II tra s a rim Is pp C. Warranties: Sub tractors iQn ran Y, ati ma ct er's warranties and warranties for equi ent or potent part f eq ipme anty begins on the date of acceptance ` 1. Submit for contractor t IlationPlent.. y, ma f rer's warranties and warranties for equipment or c gl��nt I 2. Warranties n o the Dat stanti letion, unless delayed or specifically excluded. 3. For iterrigof W for w�►Cceptan is layed beyond the Date of Substantial Compel n he list of ae is the beginning of the warranty period. 4. V ocu in , contain full information, and are notorized. 5. In d riginal o ch in o era and maintenance manuals, indexed separately on Tabl of C v4ks. ' D. Certificate o I Completion: Provide fully executed form with punch list attached. E. Contractor' Pu� List: Provide completed list of items requiring completion or correction. Include any chments for revisions provided by Architect and/or Engineer. Punch list should be noted that all items were corrected and completed with trade responsible identified. F. Certificate of Occupancy: Provide form as issued for authority having jurisdiction. G. Consent of Surety: Provide fully executed surety letter when project has associated bonds provided by contractor. 3.02 PROJECT RECORD DOCUMENTS A. Record Drawings : Legibly mark construction drawings with each item to record actual construction including the following: 1. Measured depths of foundations in relation to finish first floor datum. FAYONC22.00 CLOSEOUT SUBMITTALS City of Fayetteville Administration Building 01 7800 - 1 09-19-2023 Roof Replacement 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. 6. Changes made by Addenda and Change Orders. 7. Record information concurrent with construction progress. B. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda, Change Orders and other modifications. C. Addenda: Insure all addenda items have been includes and posted to record documents. D. Change Orders: Include all executed Change Orders, Allowance purchases an they modifications to the contract. E. Submittals, Shop Drawings, Product Data and Samples: 1. Shop Drawings: Include records of ma4lnfacturer's i for a i ly, installation and adjusting. 2. Product Data: Include list of all products and mod ber p e . 3. Samples: Include material samples Q'all s I erior f Samples to include label indicating manufacturer, pro mode fiber, Colo fi ish and other identifying elements. Full color photograph are ac a for,4arii mples. F. Test Reports and Special Inmmns: _✓ �V G. Maintain on site a compl Volf re oe nts, act ns to the Work: H. Ensure entries are co Ind a ra , ena i re r ere y Owner. I. Store record docu pntlikl�onst from docu nt sad for o truction. J. Record information doncur r ro resi�p c 3.03 OPERATION AND E A. Source Data: For ek oduct o4eyfACr, list n� J ddresses and telephone numbers of Subcontractors alfalupwiers,k10INg local of supplies and replacement parts. B. Product Data: ar ach shgJkclearly i nti specific products and component parts, and data applic4ab�install is 5 lete i able information. C. Drawi : i pleme ct d o�ilSt to relations of component parts of equipment and systems, o how co tro nd flow iag ms. Do not use Project Record Documents as maintenan a ravAnchs 41 D. Typed Text it d to supplement product data. Provide logical sequence of instructions for each pr, ced r , incorporating manufacturer's instructions. 3.04 OPERATION AN"AINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. 2. Information for re -ordering custom manufactured products. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. FAYONC22.00 CLOSEOUT SUBMITTALS City of Fayetteville Administration Building 01 7800 - 2 09-19-2023 Roof Replacement 3.05 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. Provide schedule of all equipment that require instruction on operation and/or continual maintenance. Coordinate instruction for all equipment with Owner and/or Owner's Representative and record name and contact information of all in attendance. Video recording of instructions provided is recommended. B. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. C. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. D. Panelboard Circuit Directories: Provide electrical service characteristic controls, and communications; typed. w SL E. Operating Procedures: Include start-up, break-in, and routine and sequences. Include regulation, control, stopping, shu -N Ptructions instructions. Include summer, winter, and any special operating ins tru e F. Maintenance Requirements: Include routine procedu�ONSO guide fo entative maintenance and trouble shooting; Oassembly, red reass 5 instructions; and alignment, adjusting, balancing, an hecking in . �/ G. Provide servicing and lubricatio dule, and ' of lubr' quired. H. Include manufacturer's print ration ankrnNintenan ruction I. Include n f r i� , f c ude sequence o ope �Sy co Irr nu act J. Provide original manu c r 's pa list illustr io se ly ngs, and diagrams 15Z) required for maint K. Additional Require nts: s ikd in i ual prod ification sections. 3.06 CLOSE OUT DOCUMENT MA A. Provide all Close O ation ' Wormat, d'n PDF files, and neatly organized for ease of navigatio rra ge b� S 1 i tion�S as Table of Contents. Architect can provide file forma f e as Z de ` B. Where paper uments are ided 4yQ ufacturers, scan into records and combine and include i op C ut Do n C. Binder o mercial lity, 8-1/ by inch three D side ring binders with durable plastic covers; 2 h maxi m ring size.�p( n multiple binders are used, correlate data into related consistent groI' D. Cover: Ide binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCi ; identify title of Project; identify subject matter of contents. E. Dividers: Provide tabbed dividers for each separate product and system; identify the contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. H. Arrange content by systems under specification section numbers and sequence of Table of Contents of this Project Manual. FAYONC22.00 CLOSEOUT SUBMITTALS City of Fayetteville Administration Building 01 7800 - 3 09-19-2023 Roof Replacement I. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Operating instructions. 2. Maintenance instructions for equipment and systems. 3. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 4. Air and water balance reports. 5. Certificates. 6. Photocopies of warranties and bonds. J. Provide a listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. K. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect , Consultants, and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. t L. Arrange digital PDF copies of documents in similar fashion using file foPelers. Nake file type with simple explanation of contents using shortest file names typible. P digital files on flash USB drives. • M. Provide owner training videos saved electro and tra in U s. Provide sign - in sheets for all attendees for Owner Training essions ude in uts. END A� ECTIO P O G ) 'Q x, 0 ti o o � G G� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 01 7800 - 4 CLOSEOUT SUBMITTALS 09-19-2023 SECTION 02 4100 DEMOLITION PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 5000 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. Section 01 7000 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. 1.03 REFERENCE STANDARDS A. 29 CFR 1926 - Safety and Health Regulations for Construction C r It Editio B. NFPA 241 - Standard for Safeguarding Construction, Alter4o, Demo' 'operations 2022, with Errata (2021). PART 2 PRODUCTS P 2.01 MATERIALS ` J► V A. Insulation: As specified in Section ODO - The sulatio G PART 3 EXECUTION f�vvvv 3.01 SCOPE �`- �` • V" 01 � r1 Removal and replacern scan. 1. Scanner sharan 2. The infra -red 3. No demolition to be 3.02 GENERAL PROCEDU A. Comply with apr)I19 structures and tJ 1. Obtain r ir( 2. Taketir a i un o struct res% 3. Provi e, er d maintain t orary barriers and security devices 4. Conduct 6 1 s to minimize effects on and interference with adjacent structures and occup n s 5. Do no to or obstruct roadways or sidewalks without permit. 6. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 7. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from Owner. C. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. e f' mid -wave infra -red kj completed. Architect or Owner ition operations and safety of adjacent or uncontrolled collapse of structures to be :cess within range of potential collapse of FAYONC22.00 City of Fayetteville Administration Building 02 4100 - 1 Roof Replacement Demolition 09-19-2023 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to Owner. F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and four dations of disconnected and abandoned utilities. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and 'lities are b • �plbasual fi� servation and existing record documents only. 1. Verify that construction and utility arrang me indicate 2. Report discrepancies to Arch itptf j 2� distur xisting in ion. 3. Beginning of demolition work cofii�utes ac Nnce of ex' ti onditions that would be apparent upon examinationApriorKi startirjgrgolition. B. Protect existing work to rem w 1. Prevent movement o ture; proh ring b cing ' Vary. 2. Perform cutting to mplish remov&J ne pe i cutting new work. 3. Repair adjac nt Cbnstruction and finishes dur' g r val work. 4. Patch as speNfied for patching new w 3.05 DEBRIS AND WASTE REMOVAIL A. Remove debris junk,and t from sitO B. Leave site in clean on, reav7_01sequen k.C. Cleanup spillag �vlRid-bl nfro and private lands. �D OF N N v Cj Ci� FAYONC22.00 Demolition City of Fayetteville Administration Building 02 4100 - 2 09-19-2023 Roof Replacement SECTION 04 0100 MAINTENANCE OF MASONRY PART1 GENERAL 1.01 SECTION INCLUDES A. Water and Chemical cleaning of newly repointed masonty mortar joints. B. Repointing mortar joints. C. Repair of damaged masonry. 1.02 PRICE AND PAYMENT PROCEDURES A. See Section 01 2200 - Unit Prices, for additional unit price requirements. B. Brick Replacement: By the square foot. C. Repointing: By the square foot. 1.03 REFERENCE STANDARDS A. TMS 402/602 - Building Code Requirements and Specification folMsonry Str s 2022, with Errata. N " 1.04 ADMINISTRATIVE REQUIREMENTS 0 A. Preinstallation Meeting: Convene one week for to cong wor t 's section. 1. Require attendance of parties dike affecting �o� b,�this s 2. Review conditions of installatio 1 Ilatio �',A�'lires, a dination with related work. �► B. Scheduling: ��' 1. Perform cleaning and of of m etwee ourspf to 11 pm only. p Schedule work with �1'to f it to a of d `' disruption of � st � imise access building. 1.05 SUBMITTALS A. See Section 01 300e-`Admi&Vcgi #V Req ents, for I procedures. B. Product Data: Submitt theto t itect fo al: 1. Manufacturer's spec' ' ations t r data r to demonstrate compliance with the specified requirem ts. 2. Provide datakon��ci�nin om nds. C. Samples: Sub 'tt thdfollow'e archi ct fo`F approval: 1. Fours I s of fa units4 to matching color, texture and extremes of color r 2. Sa I of pro os tuck-p ti `ortar for approval of color and texture. D. Manufacturer'VI tions: For cleaning materials, indicate special procedures, conditions requiring sp on. 1.06 QUALITY ASS E A. Comply with provisions of TMS 402/602, except where exceeded by requirements of the contract documents. B. Restorer: Company specializing in masonry restoration with minimum three years of documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Handle and store in such manner as to prevent damage or disfigurement. Store items and components subject to environmental damage above ground on pallets, platforms, or other supports and protect from elements and physical damage by adequate cover. B. Deliver mortar material in original unopened containers bearing label identifying manufacturer's name and brand. FAYONC22.00 Maintenance of Masonry City of Fayetteville Administration Building 04 0100 - 1 09-19-2023 Roof Replacement C. Protection: The installer shall protect any existing work subject to damage during installation of specified work and shall adequately protect specified work during installation. Finished work that is readily subject to damage by subsequent work or environmental conditions shall be protected by the installer immediately following the installation thereof. D. Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 1.08 FIELD CONDITIONS A. Cold and Hot Weather Requirements: Comply with requirements of TMS 402/602 or applicable building code, whichever is more stringent. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Restoration and Cleaning Chemicals: 1. PROSOCO; Sure Klean 600 Detergent (tuckpointed masonry cleaning): www.prosoco.com/#sle. 2. Substitutions: See Section 01 6000 - Product Requirements 2.02 CLEANING MATERIALS + A. Cleaning Agents: non etching acidic(concret ical cl �i g type. o Sure Klean Light Duty Concrete Cleaner, Limestone/ as ry Prew h & Aft Limestone Cleaner 942. 1. Masonry / Pointed Joints: Pro ure KI 6 Deter a at newly tuckpointed areas. ' 2.03 MORTAR MATERIALS ✓ `� A. Masonry Cement: ASTM �ype II. B. Portland Cement: AST 0. O (�'� c , V C. Hydrated Lime: A 07, Type S� D. Aggregate for Grou ASTM fv. � E. Fine Aggregate: ASTM C- v O F. Water: Clean and frepRof ';etErio is of a �alies, or organic materials. � g G. Mortar Mix: Matc er i al analy o existi H. HMortar Tint: hall Vonob s manuf tur y Sonneborn Division of Contech, Inc. 2.04 MASONRY MAT LS ♦ A. Brick: ♦ 2.05 SEALANTS A. Refer to Secti 0 2.06 ACCESSORIE A. Helical Maso Stitching Ties: Simpson HELIST254000 with FX-263 Rapid Hardening Vertical/Overhead Repair Mortar. PART 3 EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Take all necessary precautions, erect all required shields, protective coverings, etc. to prevent adjacent materials and surfaces from being damaged during the execution of this portion of the FAYONC22.00 Maintenance of Masonry City of Fayetteville Administration Building 04 0100 - 2 09-19-2023 Roof Replacement work. B. Carefully remove and store removable items located in areas to be restored, including fixtures, fittings, finish hardware, and accessories; reinstall upon completion. C. Separate areas to be protected from restoration areas using means adequate to prevent damage. D. Mask immediately adjacent surfaces with material that will withstand cleaning and restoration procedures. E. When using cleaning methods that involve water or other liquids, install drainage devices to prevent runoff over adjacent surfaces unless those surfaces are impervious to damage from runoff. F. Do not allow cleaning runoff to drain into sanitary or storm sewers. 3.03 REPOINTING RELAYING EXISINT BRICK A. Match the existing mortar as closely as possible for composition, color, and texture. Furnish sample for architects approval before starting work. B. Carefully examine the joints of all exterior brick. Repoint all joints Wig crack se, or disintegrated mortar as called for on the plans. C. Remove all damaged or cracked mortar to a of at le'f/2 time idth of the joint. D. Repoint to match existing original mortar olo texture d oling. A small amount of pigment to achieve the weathered c only p e s which re p re mineral oxides (because they will not fade or leach he m no evq�ft �iaaiI the pigment exceed two percent (2 ) of the mortar eight �%�►�J E. All repointed joints shall be br d clean finalp , ted wi i�'ar in t (2) stages to a flat cut joint. When "thumbprint" h joints a+�d I�as shalled t tc riginal work. Point in two (2) stages to seal t rinka� V F. Power tools for re o x ting m�re a prohi 'ted tools must be used and in a method t not hip, sear, or fa the bric tone in any way. G. Percentage of tuckp intin dVleiling: Aiated on r gs. H. Chase bed joint 20" on eitha�if the affected are t epth of approximately 1 1/4" with hand tools. Vertical spiLdA of ins do jites sh 12" for red brick or "every other course" for concrete n Sa my unii�k<40w I. Clear bed joint of allVse d J. Mix FX-26 -Hard i lcal/ v ad Repair Mortar per product instructions and place in are b fillin ad two-thirds the depth of the void. K. Embe lical mas stitchi ti t one-half the depth of the void. Trowel displaced grout to f enca�te the tie. L. Fill any re6STI"ib 'i and vertical cracks with FX-263 or repair mortar to conceal repair site. 3.04 CLEANING EMASONRY A. Pre Wet all masonry surfaces prior to cleaning as reccommended by manufacturer / technical representative. B. Low Pressure Water Cleaning (Chemical Cleaning - Concrete or natural stone areas): Prewet concrete or stone surface with fresh water. Apply light duty concrete cleaner via brush method with dilution as reccommended by the manufacturer. Allow to stand 3 -5 minutes Apply 3-4,000 psi pressure rinse to precast surfaces at all locations, maintaining uniform depth and surface texture throughout. C. Cleaning Detergent: Brush clean difficult or highly soiled / stained masonry surfaces at all such locations with restoration type cleaning agent in accordance with the manufacturer's instructions. Saturate masonry with clean water and flush loose mortar and dirt. FAYONC22.00 Maintenance of Masonry City of Fayetteville Administration Building 04 0100 - 3 09-19-2023 Roof Replacement D. Medium Pressure Cold Water (Power Wash - Brick Cleaning): Cold water blast with 3-4,000 psi pressure to brick masonry surfaces, at all locations, providing uniform finish. 3.05 RESTORATION CLEANING A. Spray coat difficult / highly stained type masonry with specified restoration or ferrous stain cleaner, mixed into solution in accordance with manufacturer's instructions. B. Provide a second application if required to match mock-up area. C. Allow sufficient time for solution to remain on masonry and agitate with soft fiber brush or sponge. D. Rinse from the bottom up with potable water applied at not more than 600 psi and at a rate of 4 gal/min. E. Treat surfaces with a neutralizing solution agent by applying afterwash, reatoration cleaner, or limestone restorer according to the application instructions on the product label. (Required for any / all areas using 766 Limestone / Masonry Prewash. Do not allow Prewash to dry on any treated surface.) 3.06 CLEANING A. Immediately remove stains, efflorescence, o other excess ti from t ark of this section. B. Remove excess mortar, smears, and dro pin as woreeds an u n completion. C. Clean surrounding surfaces. • E& SEC G O 'Q 'Q O G � ti o o � � G G♦ FAYONC22.00 Maintenance of Masonry City of Fayetteville Administration Building 04 0100 - 4 09-19-2023 Roof Replacement SECTION 06 1000 ROUGH CARPENTRY PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Roof Sheathing B. Roof -mounted curbs. C. Roofing nailers. D. Preservative treated wood materials. E. Fire retardant treated wood materials. F. Concealed wood blocking, nailers, and supports. 1.02 REFERENCE STANDARDS A. ASTM All 53/A153M - Standard Specification for Zinc Coating (Hot-Dip�*n Iron and Steel Hardware 2023. B. ASTM E2357 - Standard Test Method for Determining Air Lea ate of Ai w ier Assemblies 2018. C. ASTM E84 - Standard Test Method for Surfa ming eristic ding Materials 2023b. D. AWPA U1 - Use Category System: •�pecifi t'Treate 2023. E. PS 1 - Structural Plywood 2019. F. PS 20 - American Softwood tanda G. SPIB (GR) - Standard Gr les 20 1.03 SUBMITTALS c, A. See Section 01 3 inistrativeq uir m s or subrhi aI ocedures. B. Product Data: Prov a tech datp on w reservati e nals and application instructions. C. Installation fastener r uir ekhts a ing. D. Warranty: Submi u cturer warra an ems�[-[ethat forms have been completed in Owner's name a ere th manufactu✓ 1.04 DELIVERY, STO E, ND NG • A. General- ood ro to pr a st moisture. Support stacked products to prevent defor d to all air ircul ion B. Fire Retar ant Tr t Wood: Pre exposure to precipitation during shipping, storage, or installation. • �o PART 2 PRODUCT 2.01 GENERAL RE Q EMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. Species: Southern Pine, unless otherwise indicated. 2. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 3. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS FAYONC22.00 Rough Carpentry City of Fayetteville Administration Building 06 1000 - 1 09-19-2023 Roof Replacement A. Grading Agency: Southern Pine Inspection Bureau, Inc; SPIB (GR). B. Sizes: Nominal sizes as indicated on drawings, S4S. C. Moisture Content: S-dry or MC19. D. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 CONSTRUCTION PANELS A. Roof Sheathing: Oriented strand board wood structural panel; PS 2. 1. Grade: Structural 1 Sheathing. 2. Bond Classification: Exposure 1. 3. Performance Category: 5/8 PERF CAT. Verify thickness of existing roof cheathing a. Thickness to match existing roof deck boards b. Contractor to verify existing roof deck thickness 4. Span Rating: 40/20. 5. Edges: Square. 6. Exposure Time: Sheathing will not delaminate or require g due l i ure absorption from exposure to weather f to 500 d 7. Provide fastening guide on top panel s� c with s marki s icating fastener spacing for 16 inches and 24 inche on enter, rescvely. 8. Warranty: Manufacturer's sta a�time limited rranty s manufacturing defects and that panels will not delam' require sn ing due o sture absorption damage from exposure to weather f the st�tey�period 9. Manufacturers: ��,.,JJ a. Huber Engineere s, LL a Tech e ing: w berwood.com/#sle. b. Substitutions: a ectio - Prod uir B. Other Applications 1. Plywood Coniero View But Lo to ithin Ex Enclosure: PS 1, C-C Plugged or better, Exte rage. 2. Plywood Exposed to t Not E�o ed to W lei PS 1, A-D, or better. 3. Other Locations: PS D P e r better ► 2.04 ACCESSORIES , A. Fasteners and A r - Us t n it ro er attachment to substrates and e s su ab�o� p contain weath ze�ating ed for u e where exposed. Fasteners in treated lumber are required t e igh co i esisto�mpatible with chemical treatment and be approv by ufa 1. Meta d Finis t-dippe gal+ ized steel complying with ASTM A153/A153M for high umid t preservativ eated wood locations, unfinished steel elsewhere. 2. Drywall s: ugle head, hardened steel, power driven type, length three times thickn ss eathing. B. Sill Flashin specified in Section 07 6200. 2.05 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire -Retardant Treated Wood (FRTW) : Mark each piece of wood with producer's stamp indicating compliance with specified requirements. 2. Preservative -Treated Wood (PTW): Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Fire Retardant Treatment: FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 06 1000 - 2 Rough Carpentry 09-19-2023 1. Interior Type A: AWPA U1, Use Category UCFA, Commodity Specification H, low temperature (low hygroscopic) type, chemically treated and pressure impregnated; capable of providing a maximum flame spread index of 25 when tested in accordance with ASTM E84, with no evidence of significant combustion when test is extended for an additional 20 minutes. a. Kiln dry wood after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. b. Treat rough carpentry items as indicated . c. Do not use fire treated wood in applications exposed to weather or where the wood may become wet. C. Preservative Treatment: 1. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. b. Treat lumber in contact with roofing, flashing, or waterproofing c. Treat lumber in contact with masonry or concrete. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate installation of rough carpentry ms spe ' other S. 3.02 INSTALLATION - GENERAL ` A. Select material sizes to minimize wi�, v B. Reuse scrap to the greatest extent possible; clea3epar t for use on site as accessory components, including: shim bracing, and bloc A g. C. Where treated wood is used on interior, provide temp ntil & and immediately after installation sufficient to remove indoor air co n 3.03 BLOCKING, NAILER, ACID SUPPORTS.; A. Provide framing anXlockin mlers as i ate or as i d to support finishes, fixtures, specialty items, and trim. B. At building construction typi ►& ty I to co w statements on drawings, use fire - retardant treated woW w e r gs indi a use of wood for blocking, nailers or furring at the foll g tions: 1. Exterior wal t are cllfie ith fire r�� ance rating. 2. Interior f' esi tance artition . • ��3.04 ROOF-REL P A. Coordin stallati n oofing<rpe)Ntwith deck construction, framing of roof openings, and roofin ass I instalation 3.05 INSTALLATION TRUCTION PANELS A. Roof Shea ing ecure panels with long dimension perpendicular to framing members, with ends stagge and over firm bearing. 1. At long edges use sheathing clips where joints occur between roof framing members. 2. At long edges provide solid edge blocking where joints occur between roof framing members. 3. Nail panels to framing; staples are not permitted. 3.06 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. 3.07 CLEANING FAYONC22.00 Rough Carpentry City of Fayetteville Administration Building 06 1000 - 3 09-19-2023 Roof Replacement A. Waste Disposal: Comply with the requirements of Section 01 7419 - Construction Waste Management and Disposal. 1. Comply with applicable regulations. 2. Do not burn scrap on project site. 3. Do not burn scraps that have been pressure treated. 4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co -generation facilities or "waste -to -energy" facilities. B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 06 1000 - 4 Rough Carpentry 09-19-2023 PART 2 PRODUCTS 1.01 COMPONENTS 1.02 MATERIALS FAYONC22.00 City of Fayetteville Administration Building Roof Replacement SECTION 07 0150.19 PREPARATION FOR RE -ROOFING END OF SECTION 07 0150.19 - 1 Preparation for Re -Roofing 09-19-2023 SECTION 07 4213 METAL WALL PANELS PART 1 GENERAL V.20 1.01 SECTION INCLUDES A. Manufactured metal panels for exterior wall panels, with related flashings and accessory components. 1.02 REFERENCE STANDARDS 1.03 1.04 A. ASCE 7 - Minimum Design Loads and Associated Criteria for Buildings and Other Structures Most Recent Edition Cited by Referring Code or Reference Standard. B. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process 2023. C. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate 2014. D. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Shee and Plate (Metric) 2014. SUBMITTALS A. See Section 01 3000 -Administrative Requits, fors proce B. Shop Drawings: Indicate dimensions, lay u!,?1!4n�ts, cop ru on det ' s, n methods of anchorage. C. Samples: Submit two samples of el, 12 y 12 inchn illustrating finish color, sheen, and texture. �/' �%�►v D. Manufacturer's Qualification ent. .(� V" E. Installer's Qualification St ` F. Test Reports showing nce f r re rence d5r. QUALITY ASSU RAN VV A. Manufacturer Quali ation tdny sp ing in m uring the products specified in this section with minimum �s ofdng nted ex ce. B. Installer Qualificatio C pany cin in products of the type specified in this section with mini rry years entedpx nce. 1.05 DELIVERY, S7 A. Protect par B. Store p or abra C. Prevent co 1.06 WARRANTY A. See Sectio LXy removing or venting sheet plastic shipping wrap. id4brotected from weather; prevent twisting, bending, I sheets to ensure proper drainage. cause discoloration or staining of products. CLOSEOUT SUBMITTALS, for additional warranty requirements. B. Manufacturer Warranty: 1. Finish Warranty: Provide manufacturer's special warranty covering failure of factory - applied exterior finish on metal roof panels and agreeing to repair or replace panels that show evidence of finish degradation, including significant fading, chalking, cracking, or peeling within specified warranty period of no less than 20 year period from date of Substantial Completion. C. Installer's warranty: Provide warranty in which installer agrees to repair and replace components of the wall panel system that fail in material or workmanship within 2 years from the date of substantial Completion. PART 2 PRODUCTS FAYONC22.00 Metal Wall Panels City of Fayetteville Administration Building 07 4213 - 1 09-19-2023 Roof Replacement 2.01 MANUFACTURERS A. Metal Wall Panels - Exposed Fasteners: 1. McElroy Metal; U-Panel: www.mcelroymetal.com/#sle. 2. Morin Corporation; E-36 Profile A: www.morincorp.com/#sle. 3. Petersen Aluminum Corporation; M-36 Panel: www.pac-clad.com/#sle. 4. Substitutions: See Section 01 6000 - Product Requirements. 2.02 MANUFACTURED METAL PANELS A. Wall Panel System: Factory fabricated prefinished metal panel system, site assembled. 1. Provide exterior wall panels. 2. Design and size components to support assembly dead loads, and to withstand live loads caused by positive and negative wind pressure acting normal to plane of wall. 3. Design Pressure: In accordance with ASCE 7, wind loads as indicated on structural plans and applicable codes. 4. Maximum Allowable Deflection of Panel: L/180 for length(L) of spr. 5. Movement: Accommodate movement within system without mage to components or deterioration of seals, movement between system and peri t compo hen subject to seasonal temperature cycling; dynamic load�n%aryTelease s; and deflection of structural support framing 6. Drainage: Provide positive drainage to terior for i re enter; condensation occurring within panel system. �` 7. Fabrication: Formed true to s krurate �squar Free from distortion or defects; pieces of longest pra i ngths. 8. Corners: Facto -fabricate a conti iec w' imum 2 inch returns or in rY �l profiles as indicated on �V B. Exterior Wall Panels: V" 1. Profile: Vertical. V a. Metal W I WP-1� 1 Pa inches. 2) Mate 'al: P e e alvan' heet ste 36 inch minimum thickness. 2. Color: As selected b ect fro ufacturel'� ndard line. C. Trim: Same materiaeiess ag as exter' ets; brake formed to required profiles. D. Anchors: Galvan' `F 2.03 MATERIALS \C_1 A. Precoated6t a heet: o `d g491 d steel sheet, ASTM A653/A653M, Structural Steel ( min ), & 75 coating; continuous coil -coated on exposed surface it specified ish coati IL g a on panel back with specified panel back coating. B. Precoated Alum' heet: ASTM 09 (ASTM B209M), 3105 alloy, O temper, smooth surface text '; n ous-coil-coated on exposed surfaces with specified finish coating and on panel b k specified panel back coating. 2.04 FINISHES A. Exposed Surface Finish: Panel manufacturer's standard polyvinylidene fluoride (PVDF) coating, top coat over epoxy primer. Full color options to include Metallics and Micas. B. Panel Backside Finish: Panel manufacturer's standard siliconized polyester wash coat. 2.05 ACCESSORIES A. Gaskets: Manufacturer's standard type suitable for use with system, permanently resilient; ultraviolet and ozone resistant. B. Sealants: As specified in Section 07 9005. FAYONC22.00 Metal Wall Panels City of Fayetteville Administration Building 07 4213 - 2 09-19-2023 Roof Replacement C. Fasteners: Manufacturer's standard type to suit application; with soft neoprene washers, steel, hot dip galvanized. Fastener cap same color as exterior panel. D. Field Touch-up Paint: As recommended by panel manufacturer. E. Bituminous Paint: Asphalt base. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that building framing members are ready to receive panels. 3.02 INSTALLATION A. Install panels on walls in accordance with manufacturer's instructions. B. Sub girt spacing and panel attachment clips locations to be spaced and sized to comply with ASCE 7 wind load speeds and UL 580. C. Protect surfaces in contact with cementitious materials and dissimilar metals with bituminous paint. Allow to dry prior to installation. D. Fasten panels to structural supports; aligned, level, and plumb. Qt\a fastenerl; so4it tight against face of metal panel but do not over -tighten to caused tamag metal panel. Overtightened screws with dents are cause anel reje �� E. Locate joints over supports and expansio joi is where i Gated. F. Lap panel ends minimum 2 inches. �► V G. Apply galvanized coating to edgessteel p G 3.03 CLEANING A. Remove site cuttings from fir urface • a► B. Remove protective mat f m w a urfaces"'` V C. Clean and wash pr in d urface i mild soap and wa , rin with clean water. EI�D OF S OTION ► n' V GV I O G✓ � G G� FAYONC22.00 Metal Wall Panels City of Fayetteville Administration Building 07 4213 - 3 09-19-2023 Roof Replacement SECTION 07 5216 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1-GENERAL 1.01 RELATED DOCUMENTS A. The project plans, details and general Contract requirements apply to this Section. 1.02 SUMMARY A. Items Included: 1. Roof insulation. 2. Cover panel. 3. SBS modified bituminous membrane roofing. 4. Walktread. B. Related Sections: 1. Section 06 10 00 "Rough Carpentry" for roof mounted curbs, roofir 0 nailers, concealed wood blocking, and roof sheathing. 2. Section 07 62 00 "Sheet Metal Flashing and Trim" for metalings, co ashings & re lets. 9 � 3. Section 07 92 00 "Joint Sealants" for j ealants, jd s, and ' preparation. 1.03 REFERENCES G A. National Roofing Contractors Asso ' J► V B. OSHA: Occupational Safety and H dministkii% MACNF Seeeet Metal and Air Conditioning Contractors Natior ciation C UL: Underwriters Laboratori C. SMACNA: Sheet Metal a onditior nntract iona ion D. UL: Underwriters Lab s V Cj 1.04 PREINSTALLATION GS A. Pre -installation Roo g Co f r tat Job ' Hold a m ith the Owner, Construction Manager, Architect, Roofin actor, R o g Manuf is Representative, and other applicable trades to discus me s n method d to roofing installation. The Roofing Contractor xamin rate th receive the specified roofing materials and confirm its s V or at ach nt of this d roofing system. 1.05 DESCRIPTION O WO ` A. Project Ty : e -off B. Deck: o C. Slope: 1/ ch per f& tot G D. Insulation - Ba?nsDeck s: Two layers of Paratherm by Siplast, each having a thickness of 2 inches, me aattached. E. Cover Pane . Prime supplied by Siplast, having a thickness of 1/2 inch, applied in Parafast Insulation Adhesive. F. Roof System: Paradiene 20, applied in PA-311 R Adhesive; G. Paradiene 30 FIR, applied in PA-311 R Adhesive. H. Flashing System: Veral Aluminum, torch applied. I. Supplemental Flashing System: Parapro 123 Flashing System. 1.06 SUBMITTALS FAYONC22.00 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 1 09-19-2023 Roof Replacement A. Submittals Prior to Project Start 1. The primary roofing materials must be available at the jobsite a minimum of 2 weeks prior to project start. The designer shall randomly select two rolls each of the proposed base and finish plies for empirical confirmation by an independent testing lab of the following physical/mechanical properties. Substandard test materials that do not meet the physical/mechanical properties listed below shall be considered representative of the entire lot of material provided. At no additional cost to the owner the substandard materials must be removed from the job site and replaced by the contractor with a different manufacturer's products that meet the specified requirements. a. Base ply 1) Thickness (avg): 91 mils (2.3 mm) (ASTM D5147) 2) Low temperature flexibility -15 F (-26 C): PASS (ASTM D5147) 3) Ultimate Elongation (avg.) 73 F (23 C): 50 (ASTM D5147) 4) High Temperature Stability (min): 250F (121C) (ASTM D 5147) 5) Confirmation that the membrane material is a homogeno s SBS blend composition without the use of oxidized asphalt as a calAer satu t b. Finish ply 1) Thickness at selvage (coating thickness) (mip): ileils (2.4 STM D 5147) 2) Low temperature flexibility (-26C) (AST 47) 3 Ultimate Elongation av . 78 F 23 AS 147 4) High Temperature S i in): 2 1 C) ( 5147) 5) Granule Embedmen loss): a per a e (ASTM D 5147) 6) Confirmation tl a mbran rial i a genous SBS blend composition w e use zed a I s a carr saturant 1.07 RELATED WORK O n. ♦ 1 A. On masonry surfaces, parg co �b rou date bloWrick walls prior to the application of the c bi uminominu ced fl t. pp t_ B. Apply the specified uid la i�Iashiny ystem Ake st ne co terminating at the outer horizontal edge of th copies, alapping inches ont p edge of the specified bituminous aluminum- surfshe�t'. Gentle the foil surfacing 4 inches below the top edge of the s ifj� bituminMus flAhing s ere it terminates beneath the concrete coping can, t g care Not to eut in o erlying bituminous membrane or carrier mat. Using a tord�, he and ovathe foil se the top 4 inches of the underlying bituminous m bra to rec�ttie specATa li id resin flashing. 1.08 INFORMATIOI4 S BMIT' A. Qualifi ta: 1. Inst r: S�&tr en conf�on that they have a minimum of 2 years of experience in successalling the same or similar roofing materials and be certified in writing by the ro Is manufacturer to install the primary roofing products. 2. Manu ctu : Submit written confirmation that the manufacturer of the primary roofing produc s been successfully producing the specified types of primary products for not less than 10 years with a consistent composition for a minimum of 5 years. B. System Qualification: 1. Intent to Warrant Letter: Submit a signed letter on the roof membrane manufacturer's letterhead, confirming that specified roofing system complies with the guarantee requirements indicated in Part 1.12 and the criteria indicated in Part 2.2 Roof Membrane Sheet Materials. FAYONC22.00 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 2 09-19-2023 Roof Replacement 2. Cyclic Fatigue: Submit confirmation that the proposed roof system will pass 500 cycles of ASTM D5849 Resistance to Cyclic Joint Displacement (fatigue) at 14°F (-10°C), and 200 cycles after heat conditioning (performed in accordance with ASTM D5147), showing no signs of membrane cracking or interply delamination. 3. Sample Guarantee: Submit a sample copy of the manufacturer's proposed Guarantee. 1.09 CLOSEOUT SUBMITTALS A. Maintenance Data: Submit the manufacturer's care and maintenance guide. B. Executed Guarantee: Provide the Owner with an executed version of the specified guarantee. 1.10 QUALITY ASSURANCE A. Fire Rating: Submit evidence of exterior fire -test exposure by an approved third -party testing agency in accordance with ASTM E108 or UL 790 guidelines. 1. Class A 1.11 DELIVERY, STORAGE, AND HANDLING 1.12 P1 A C Delivery: Deliver roofing materials to Project site in original containers fith seal nbroken and labeled with manufacturer's name, product brand name and typeAN of man e, approval or listing agency markings, and directions for storing 'Nixing wi th r components. Storage: Store liquid materials in their origin undamag ainers ' ean, dry, protected location and within the temperature rnn req fired b r man r r. 1. Protect stored liquid material f i ct sunli t, ope gnition sources, oxidizing agents, strong acids a trong a X 2. Discard and legally dispos id mat fiat ca appli d within its stated shelf life. ; . � �� Protection: Protect roof ins sunlight, moisture, soiIipg, written instructionsfor%arit D. Handling: Handle NO-pc-t;e(e deflection of deck. ` FIELD CONDITIONS A. Weather Limitations:l Proceed v conditions permitno finQ to bey and warranty , qbirigobrits. B. Membrane,P applied,^M C. Debris authorize c D. Site Cond interior, e. p%p1m deterioration by isi ti n manufacturer's Nong installation. a manner to avoid permanent �V T�n existing and forecasted weather with manufacturer's written instructions w4inst staining and mechanical damage for newly Qg0out this project. from the project site and take to a legal dumping area p03te, to the owner's satisfaction, all job site clean-up including building landscaping where affected by the construction. E. Torch Safety*OCrew members handling torches shall be trained by an Authorized Certified Roofing Torch Applicator (CERTA) Trainer, be certified according to CERTA torch safety guidelines as published by the National Roofing Contractors Association (NRCA), and follow torch safety practices as required by the contractor's insurance carrier. Designate one person on each crew to perform a daily fire watch. The designated crew member shall watch for fires or smoldering materials on all areas during roof construction activity, and for the minimum period required by CERTA guidelines after roofing material application has been suspended for the day. STYRENE BUTADIENE STYRENE MODIFIED FAYONC22.00 BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 3 09-19-2023 Roof Replacement 1.13 GUARANTEE A. Manufacturer's Guarantee: Provides that the Manufacturer will repair leaks through the covered roofing materials due to material or workmanship defects, subject to certain exclusions, during the specified time period. Refer to guarantee for complete coverage and restrictions. 1. The Guarantee shall provide coverage for the roofing membrane, base flashings, roof insulation, fasteners, insulation adhesive, and cover panel. The Guarantee shall be non - prorated and contain no deductibles or limitations on coverage amount. 2. Guarantee Period: 20 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing contractor's warranty signed by the Installer, including all components of the roofing and insulation system for the following warranty period: 1. Warranty Period: 2 years from date of Substantial Completion. PART2-PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: A roof system by the following manufacturer is approved for application. 1. Siplast, Inc. 2.02 ROOFING MEMBRANE SHEET MATERIALS A Base Ply: An ASTM D6163, Type I, Grade roth genous •�ane w ass -fiber reinforcing mat impregnated/saturated and c eachth SB ied bitumen blend and dusted with a fine silica parting aqonside ecros o al area of the sheet material shall contain no oxidized o S m d'iumen. ase ply shall possess waterproofing capability, such that p ed roo cation ca b achieved for prolonged periods of time without detrime waterti egrit ofi ntire roof system and possess the following physic hanical es. �v 1. Paradiene 20 by Sipl ^ �� `a► B. Finish Ply: An ASTM D ype I Gr reinforcing mat im e t d aturat c and dusted with a p ing agent surfacing. The cros section I rf the `with a glass -fiber modified bitumen blend a coarse mineral -granule top ntain no oxidized or non-SBS modified bitumen. V Y'% ' 1. Paradiene 30 FR by st, I O 2.03 BASE FLASHING SH TERIA A. Flashing Reinfor P y and t B ker: An D6163, Type 1, Grade S homogenous membrane wi a gl s-fiber cing ma imp egnated/saturated and coated each side with SBS modif' i en b a fad lied polymer modified asphalt self-adhesive on the ba of th o pr hesion to the total surface area of the substrate. The ba s' e of the b ply sh be aced with a removable film. 1. Para ene ��by Siplast, I B. Metal-Foil-S shing Sheet: ASTM D6298 homogenous membrane with a glass -fiber reinforcing at i reg nated/satu rated and coated each side with the SBS modified bitumen blend, dust h a fine silica parting agent on bottom surface and having a continuous, channel -embossed aluminum -foil top surface. 1. Veral Aluminum by Siplast, Inc. C. Liquid Flashing System: The specified liquid flashing system shall consist of a catalyzed PMMA-based membrane fully reinforced with a non -woven polyester fleece that is installed over a prepared substrate. 1. Parapro 123 Flashing by Siplast, Inc. 2.04 SUBSTITUTE SYSTEMS STYRENE BUTADIENE FAYONC22.00 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 4 09-19-2023 Roof Replacement A. The following substitute roof systems are approved for use in lieu of the specified roof system. 1. The Garland Co. Cleveland, OH a. Base Ply — Stressply Plus b. Finish Ply - Stressply Plus FR Mineral c. Flashing Sheet - Stressply Plus FIR Mineral d. Stripping Ply and Flashing Reinforcing Sheet — Stressply Plus e. Adhesive - Weather King Adhesive 2. Tremco Beachwood, OH a. Base Ply — POWERply Premium Smooth b. Finish Ply - POWERply Premium FIR c. Flashing Sheet - POWERply Premium FIR d. Stripping Ply and Flashing Reinforcing Sheet — POWERply Premium Smooth e. Adhesive — POWERply Standard Cold Adhesive B. For other substitutions see Section 01 6000-Product Requirements. 1. Substitutions must be submitted to architct for review at minimum days rp for to bid submission deadline. 2.05 PRIMERS A. Asphalt Primer: Primer shall meet ASTM D ria. 1. PA-1125 Asphalt Primer by Siplast, Inc' B. Primer for Self -Adhesive Membranes! �r for se sive m es shall be a single component, water -based resinous � ormul t onditio nry, wood, plywood, concrete, asphaltic, and gypsum s to fadhesi If -adhesive membranes. 1. TA-119 Primer by Siplast� 2.06 AUXILIARY ROOFING MATE (��„7• �` • a► A B C D Cold -Applied Asphalt : An sp ON �nf tti ASTM D4479, Type II requirements. 1. PA-311 R Ad y mast, Inc. Sealant: A moisturdWcurir 1. PS-209 Elastomeric Sealant: A mois applications. 1. PS-715 NS Ceramic Gram granule ,N 2.07 ROOF INSN A. Gener )I: I and for use watertight q IV ing a enc sea signed for roofing applications. �p lastom slant designed for roofing cifctkn ceramic granules of color scheme matching the I be approvU"gh writing by the insulation manufacturer for intended use cified roof assembly. Install only as much insulation as can be made �ne work day. Polyisocyariftatt Board Insulation (organic paper facer): A closed cell, rigid polyisocyanurate foam core material, integrally laminated between glass fiber reinforced organic facers, and meeting the criteria established by ASTM C1289, Type II, Class 1, Grade 2. Panels shall have a nominal thickness of 2 inches. Acceptable types are as follows: 1. Paratherm by Siplast, Inc. 2.08 INSULATION COVER PANEL A. 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 STYRENE BUTADIENE FAYONC22.00 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 5 09-19-2023 Roof Replacement thickness of 1/2 inch. The panel surface shall be factory primed with a non -asphaltic primer. Acceptable types are as follows: 1. DensDeck Prime Gypsum Roof Board, by Georgia Pacific Corporation 2.09 INSULATION ACCESSORIES A. Insulation Fasteners: The insulation fasteners shall provide attachment required to meet the specified uplift performance and to restrain the insulation panels against the potential for ridging. B. Insulation Fasteners - Wood/Plywood Decks: Insulation mechanical fasteners shall be a fluorocarbon coated screw type roofing fastener having a minimum 0.220 inch thread diameter. Plates used in conjunction with the fastener shall be a metal type having a minimum 3 inch diameter, as supplied by the fastener manufacturer.. The fastener shall conform meet or exceed Factory Mutual Standard 4470 and when subjected to 30 Kesternich cycles, show less than 15 red rust. Acceptable insulation fastener types for wood/plywood decks are listed below. 1. Parafast Fastener by Siplast, Inc. C. Insulation Adhesive: single or dual component low-rise polyureth oam adh designed specifically for the adhesion of roof insulation to substrate, as Z subseq n yers of oll insulation. Acceptable manufacturers are as ows: � 1. Parafast Insulation Adhesive by Siplast, D. Insulation Cant Strips: A cant strip comp ed f expandeCilcanic Is combined with waterproofing binders, meeting AS criteria-Yh5top surfa II be pre-treated with an asphalt based coating. The face cant sNA hive a no n inch dimension. E. Tapered Edge Strips: A tapere compos(d of expalcani minerals combined with waterproofing binders. The tqp ace shay'Se pre -treat an as It based coating. The panels shall have a dimen ' l� fficient provide for oth tr A ' nd provide proper support for the membra r or e nt la ti here are transitions of 1/4 inch or greater. 2.10 WALKWAYS A. Walktread: A granul -surf ed r�er milifi el bitumen a material reinforced with a prefabricated, puncture re n polye Ga, havi ckness of 0.217 in (5.5 mm) and a width of 30 inches (7�' 1. Paratread by rPI Inc. PART 3 -EXECUTION 3.01 EXAMINATIO `` A. Substr Natio Mstall' shall examine all substrates where the �Aor specifie�oc ing and fl ing system v�'IMe applied and confirm their suitability to receive the specified ofin ma rials. `! 3.02 PREPARATION *N A. Sweep or cu `all surfaces, removing all loose aggregate and foreign substances prior to commencea�f roofing. B. Remove all of the following existing conditions: 1. Surface gravel 2. Roof membrane 3. Insulation 4. Base flashings 5. Edge metal 6. Flanged metal flashings FAYONC22.00 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 6 09-19-2023 Roof Replacement 7. Cants 8. Walkways 9. Nonfunctional penetrations/curbs 10. Drain assemblies 11. Vapor retarder 12. Metal trim, counter flashing C. Primer for Self -Adhesive Flashing Reinforcing Ply: Apply the specified tacky primer by roller or spray in an even film. Refer to the manufacturer's literature for the approved rate of application over various substrate types. Allow the primer to dry until it leaves a slightly sticky surface without transfer when touched. Cutting or alteration of the primer is not permitted. D. Asphaltic Primer: Prime wood, metal, concrete, and masonry surfaces with a uniform coating of the specified asphalt primer according to the manufacturer's published application rate. Cutting or alteration of the primer is not permitted. 3.03 INSTALLATION OF ROOFING, GENERAL GUIDLEINES A. Adhesive Application: Apply membrane cold adhesive by roller, sc ueetjee ors y unit in a smooth, even, continuous layer without breaks or voids. Utilize a a lication pr each ply as published by the roof membrane manufacturer. Double the ivve ap tiN rate at the end laps of granule surfaced sheets. Wher (vent -base ve is a refer to the p manufacturer's inter -ply flashing detail at the ons th recei pecified catalyzed acrylic resin primer/flashing sy tem. Cutting 'I ration o dhesive is not permitted. • �► V B. General Appearance: Ensure that 11�shed ro applicati i fVs an aesthetically pleasing overall appearance and is acceptable to the O 3.04 INSTALLATION OF INSULATION AND COVE RD A. Install insulation panels with end joints o se with edod VQ act in accordance with the insulation manufacturer's ruirents/fnsulati s stalled in two or more layers, stagger joiV6 between layers. Maintain a um el a of 4 feet by 4 feet for polyisocyanurate / iberboar i ulation applied in sulation sive or hot asphalt. Install only as much insulation as de wa[tertight within me work day. B. Crickets: Construct cricket perediftsViatiIon pa Is a layout as indicated on the roof plan. C. Tapered Edge at T?4bns: iel ut, sha Mall tapered edge strip at transitions of 1/4 inch or greater beeen rate compono provide a smooth transition and proper support for th bsdquent ' n layer membrane/flashing system components. D. Insulatio a la er- ani 1 both layers of polyisocyanurate simultaneously to the using e s ecifi fa ers, at a rate of 1 fastener for every 4 square feet of panel are per 4' x, 8' p nel). M ically attach the perimeter of the roof at the rate of 1 fastener per 2 square'feet of panel area (16 per 4-foot by 8-foot panel) and the corners at the rate of 1 fas N'w1 square foot of panel area (32 per 4-foot by 8-foot panel). Set the cover panel in an pp Ption of the specified insulation adhesive in 3/4- to 1-inch wide beads spaced 12 inches orr4wnter through the field of the roof, 8-inch centers at the perimeter, and 6-inch centers in the corners. Panels may be affected by post -growth of the insulation adhesive. Continuous walking in of the panels is recommended particularly in perimeter/corner areas with reduced bead spacing. Follow the requirements and guidelines of the insulation adhesive manufacturer/supplier. Stagger the panel joints between insulation layers. 3.05 APPLICATION OF BITUMINOUS ROOFING MEMBRANE A. Apply all layers of roofing with side laps running perpendicular to the direction of the slope. Exert sufficient pressure on the roll during application to ensure prevention of air pockets, STYRENE BUTADIENE FAYONC22.00 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 7 09-19-2023 Roof Replacement wrinkles, creases or fishmouths. Refer to the manufacturer's guidelines for maximum sheet lengths and special fastening of the head laps where the roof deck slope exceeds 1/2 inch per foot. B. Fully bond the base ply to the prepared substrate, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive applicator. Apply the adhesive in a full coating, extending completely up to the selvage edge of the adjacent course of roof membrane to be overlapped, taking care to keep the adhesive off of the selvage lap that will be heat welded. Place a straight 2"x6" or larger board adjacent to the modified bitumen sheet overlap to help reduce lifting of the overlapping sheet beyond the selvage area, inhibiting the potential for entrapped air during heat welding. Lay the board such that the welder nozzle does not extend into the overlap beyond the specified lap width. Roll the side laps, head laps, and T- laps of the membrane behind the heat welder. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately following sheet application. Stagger end laps a minimum of 3 feet. C. Fully bond the finish ply to the base ply, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive applicator. Apply the adhosive in II coating, extending completely up to the selvage edge of the adjacent coue roof me a to be overlapped, taking care to keep the adhesive off of the selvagat will b e welded. Place a straight 2"x6" or larger board adjacN�rd t to the mod' * men sh Hap to help reduce lifting of the overlapping sheet beyoselvag inhibiti otential for entrapped air during heat welding. Lay t e such t t e weld n z e does not extend into the overlap beyond the sped ie • th. Roll e e laps, 116ag laps, and T-laps of the membrane behind the heat welder. ^N1dog a at the 9nd Ids on overlapping selvage edges. Using a clean trowel, ap ressur seal j-laps Inmediately following sheet application. Stagger end laps i , um of Stag 'Sidf laps f the finish ply a minimum 12 inches from sid .n the u r ing bas Stagger, laps of the finish ply a minimum 3 feet from en n th u e ng bas ` 3.06 APPLICATION OF FLAS D S IP G A. Modified Bitumen hashi System: ply t s ified bas shing materials in accordance with the manufacturer's stan a d(ails. Nthe desi immediately of any flashing heights below 8 inches. F for applied 45a Iashin ly a 12-inch self-adhesive cant backing sheet extending 6 es onto the field of th o area and a minimum of 6 inches up the vertical surface u irk minimch laps. anon -combustible cant into place dry prior to installation o t e oof me bas subsequent flashing system. Flash walls and curbs using the a orci hee nd flas�ljri embrane. Exert pressure on the flashing sheet during a lic n to e omplettccoSn�gct with the vertical/horizontal surfaces, preventing i ets. d sea� a laps and edges. Nail the top edge of the flashin ce r . e th �i rer's schematic for visual interpretation). B. Liquid g Syst m: stall th sp ified liquid -applied flashing system in accordance with the membrane manufacture printed installer's guidelines and other applicable written recommend s ovided by the manufacturer. 3.07 APPLICATION F ALANT A. Apply a smoo continuous bead of the specified sealant at the exposed finish ply edge transition to metal flashings incorporated into the roof system. 3.08 APPLICATION OF WALKTREAD A. Cut the specified walktread into maximum 5 foot lengths and allow to relax until flat. Adhere the sheet using the specified plastic cement. Apply the specified cement in a 3/8 inch thickness to the back of the product in 5 inch by 5 inch spots in accordance with the pattern as supplied by the walktread manufacturer. Walk-in each sheet after application to ensure proper STYRENE BUTADIENE FAYONC22.00 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 8 09-19-2023 Roof Replacement adhesion. Use a minimum spacing of 2 inches between sheets to allow for proper drainage. 3.09 FIELD QUALITY CONTROL A. Notify the manufacturer of job completion in order to schedule a final inspection date. 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 manufacturer's representative. Complete, sign, and send the punch list form to the manufacturer's headquarters. B. Leave all areas around job site free of debris, roofing materials, equipment and related items after completion of job. C. Complete all post installation procedures and meet the manufacturer's requirements for issuance of the specified guarantee. END OF SECTION 07 52 16 FAYONC22.00 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 9 09-19-2023 Roof Replacement SECTION 07 6200 SHEET METAL FLASHING AND TRIM PART 1 GENERAL V.20 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings and counterflashings. B. Sealants for joints within sheet metal fabrications. 1.02 REFERENCE STANDARDS A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum 2020. B. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix) 2022. C. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate 2014. D. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alley Shee nd Plate (Metric) 2014. E. ASTM D226/D226M - Standard Specification for Asphalt-Saitu`t� rgani sed in Roofing and Waterproofing 2017 (Reappro 23). vv F. ASTM D4479/D4479M - Standard Specifi ati for As h It of Coat' -Asbestos-Free 2007 (Reapproved 2018). G. ASTM D4586/D4586M - Standard lfr ation(�1�p alt Roo�glTrent, Asbestos -Free 2007 (Reapproved 2018). v � ►�+ H. CDA A4050 - Copper in Arch" - Han urrent drf • I. SMACNA (ASMM) - Archi Sh t e Manu ` 1.03 SUBMITTALS A. See Section 01 30 inistrative equir me , for sub I procedures. B. Shop Drawings: In ate a r I file, al thickn ting pattern, jointing details, fastening methods, flashin inatio installa tails. C. Samples: Submit tw rip es _2 inch in strating metal finish color. 1. Color chart bmitte ina a s a physical sample is submitted for final approv 1.04 QUALITY ASSU C A. Perform workccor a SMQ MM) and CDA A4050 requirements and standard de N, exce s herw a i ated. B. Maintain oKe co y o ach documesite. C. Fabricator a Qualifications: Company specializing in sheet metal work with 3 years of docume ed erience. 1.05 DELIVERY, ST GE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. 1.06 WARRANTY A. See Section 01 7800 -Closeout Submittals, for additional warranty requirements. B. Reference roofing specifications for warranty limits and terms that apply. Products or fabrications installed with the roofing system to contain manufacturer's warranty as specified in roofing specification section. FAYONC22.00 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 1 09-19-2023 Roof Replacement PART 2 PRODUCTS 2.01 MANUFACTURERS A. Sheet Metal Flashing and Trim Manufacturers: 1. Petersen Aluminum Corporation: www.pac-clad.com/#sle. 2. Metal Era Inc. www.metalera.com. 3. Substitutions: See Section 01 6000 - Product Requirements. 2.02 SHEET MATERIALS A. Pre -Finished Aluminum: ASTM B209 (ASTM B209M); 0.032 inch thick minimum; plain finish shop pre -coated with fluoropolymer coating. 1. Fluoropolymer Coating: High Performance Organic Finish, AAMA 2604; multiple coat, thermally cured fluoropolymer finish system. 2. Color: As selected by Architect from manufacturer's standard colors. 2.03 FABRICATION A. General: Custom fabricate sheet metal flashing and trim to compl wit�recom dations in SMACNA's "Architectural Sheet Metal Manual" that apply to desp ensio al and other characteristics of item indicated. Shop fabricate itemswYrllQ ractica ain field measurements for accurate fit before shop f 'cation. ` B. Fabricate sheet metal flashing and trim in thi ness w w ig i`fieeded C oAnply with performance requirements, but not le�s'La►n t at speccif ► r eaclyapplication and metal. C. Form sections true to shape, accur I size, s fd free ?om distortion or defects. Fabricate metal flashing and tri out exce I canni `buckling and tool marks, true to line and levels indicated with ed edges ed ba w' m he s. D. Form pieces in longest possi ngths to a rQakimum 41et urn* s cifically approved otherwise by Architect. Trea seams between two dif6rent piec t-lock seams at non- moving joints, unless gfherwise indi ate At m i seams, us a ed, lapped, bayonet type or interlocking hoot4Q seams. IF*' E. All exposed edges be fold d ac�with he f 1 2 inch- nd seam corners. F. Fabricate corners from on with ' Qn 18 inc egs; seam for rigidity, seal with sealant. Q G G. Sealed Joints: Fo expans ovabl Trod in metal to accommodate elastomeric sealant to comply withAAC&re menpY�H. Expansion Pr 'sioneWheed or Ape expansion provisions in the Work cannot xx be used, fd�r nsio ' intern 4N`nb hooked flanges, not less than 1 inch deep, filled with el Pr male t i joints. Provide for expansion no more than in 40 feet long se I. Conceal fastener expansion provisions where possible on exposed -to -view sheet metal flashing and, trjr�t%d s otherwise indicated. J. Fabricate c ats nd attachment devices from same material as accessory being anchored or from compa , noncorrosive metal. 1. Thickness: As recommended by SMACNA's "Architectural Sheet Metal Manual" for application but not less than the thickness of the metal being secured. 2.04 ACCESSORIES A. Fasteners: Aluminum or Stainless Steel, with soft neoprene washers. B. Underlayment: ASTM D226/D226M, organic roofing felt, Type I (No. 15). C. Protective Backing Paint: Zinc molybdate alkyd. D. Concealed Sealants: Non -curing butyl sealant. E. Flexible Flashing: Self -adhered flashing as specified in Section 07 2500. FAYONC22.00 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 2 09-19-2023 Roof Replacement F. Sealants: Type as specified in Section 07 9200. G. Plastic Cement: ASTM D4586/D4586M, Type I. H. Reglets: Recessed Masonry type, galvanized steel; face and ends covered with plastic tape. 1. Product: Masonry Reglet MA manufactured by Fry Reglet. 2. 2.05 WALL SHEET METAL FABRICATIONS A. Opening Flashings in Frame Constructions: Fabricate head, sill and similar flashing to extend beyond openings as indicated. Unless otherwise indicated, form head and sill flashing with 2- inch high end dams. 2.06 MISCELLANEOUS SHEET METAL FABRICATIONS A. Beam and Column Surrounds: Fabricate as detailed, reinforced as required for a smooth, even appearance without oil -canning or distortions, with tight seams and all exposed edges hemmed. PART 3 EXECUTION 3.01 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ts, and vegh roof idly set, reglets in place, and nailing strips located. B. Verify roofing termination and base fl�s ' s re in p aaled, ure. 3.02 PREPARATION �v A. Install starter and edge strips, a les befor ng 2SKt dIT B. Install surface mounted regle i!e to lines n vels,af top of lets with sealant. C. Back paint concealed me ces it ective ai ♦ imum d film p p dry thickness of 15 mil. 3.03 INSTALLATION GEN A. Secure flashings in lace usi g onrealed f Hers, and posed fasteners only where permitted. Install system>nd y with F ES-1 ratings. B. Apply plastic cement m be etal fla nd felt flashings. C. Fit flashings tight ' c make squ re es true and straight in planes, and lines accurate to profil D. Finishes: To up I scratpainted ish in field with paint to match. 3.04 ROOF FLA ♦ T L ♦�� A. Genera. n all sheet al roof f&shi\;;��nd trim to comply with performance requirements, sheet met manu rers writtenation instructions, and SMACNA's "Architectural Sheet Metal Manual.concealed fasteners where possible, set units true to line, an level as indicated. r with laps, joints ans seams that will be permanently watertight. B. Roof Edgeng and Copings: Anchor to resist uplift and outward forces according to recommendations in FMG Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated. Comply with installation requirements of roofing manufacturer regarding spacing of anchors below membrane flashing in field of roof. 1. Install flexible flashing covering entire substrate beneath coping; not required where roofing material extends beneath coping. Seal perimeters against weather barrier and/or roofing. 2. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate at minimum 8-inch centers. C. Pipe or Post Counterflashing: Install counter flashing umbrella with close -fitting collar with top edge flared for elastomeric sealant, extending a minimum of 4 inches of base of flashing. Install stainless steel draw band and tighten. FAYONC22.00 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 3 09-19-2023 Roof Replacement D. Counterflashing: Coordinate installation of counter flashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches over base flashing. Lap counterflashing joints a minimum of 4 inches and bed with elastomeric sealant. 1. Secure in a waterproof manner by means of anchor and washer at 36-inch centers. E. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. 3.05 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetration moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall -opening components such as windows, doors and louvers. B. Opening Flashings in Frame Construction: Install continuous head, sill and similar flashings to extend beyond wall openings a minimum of 4 inches or as indicated. C. Install reglets per manufacturer's recommendations. 3.06 MISCELLANEOUS FLASHING INSTALLATION A. Equipment Support Flashing: Coordinate installation of equip e upport n with installation of roofing and equipment. Weld al flashin astom alant to equipment support member. 3.07 FIELD QUALITY CONTROL . A. Inspection will involve surveillance 1%; durina tion to in compliance with specified requirements. �%�► N OF N O 'Q 'Q O G � ti o o � � G G� FAYONC22.00 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 4 09-19-2023 Roof Replacement SECTION 07 9200 JOINT SEALANTS PART 1 GENERAL V.20 1.01 SECTION INCLUDES A. Nonsag gunnable joint sealants. B. Self -leveling pourable joint sealants. C. Joint backings and accessories. 1.02 REFERENCE STANDARDS A. ASTM C661 - Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer 2015 (Reapproved 2022). B. ASTM C834 - Standard Specification for Latex Sealants 2017 (Reapproved 2023). C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants 201$. D. ASTM C1193 - Standard Guide for Use of Joint Sealants 2016 (R proved 20 E. ASTM C1248 - Standard Test Method for Staining of Porous S tee by JoiKO-lants 2022. F. ASTM C1311 - Standard Specification for S nt Releas is 2022.Z G. ASTM C1330 -Standard Specification for Cy drical Se a ackin a with Cold Liquid - Applied Sealants 2023. * ;ZH. ASTM C1521 - Standard Practice f R.iating n of In eatherproofing Sealant Joints 2019 (Reapproved 2020). I. ASTM D2240 - Standard Tes d for ropemete ardness 2015 (Reapproved 2021). ♦`► J. SCAQMD 1168 - Adhe ' a d Se t icati ith ilment (2022). 1.03 SUBMITTALS A. See Section 01 30 - ir^ative Requi en , for it I procedures. B. Product Data for Sealants: Submit manuf ct er's tec 1ata sheets for each product to be used, that includes the following. 1. Physical characteristics, including ement ility, VOC content, hardness, cure time, and c� availabilit . 2. List of b ckiAg material roved for user the specific product. 3. Substrat hates rodu wn to a 'sfactoril adhere to and with which it is compatible. P Y P 4. Subs e pro uld ne� d on. 5. Subsfr for w u of p erl�Te uired. 6. Sam4K produ wa nty. C. Product Data fo c sory Products: Submit manufacturer's technical data sheet for each product to s , uding physical characteristics, installation instructions, and recommen d t o s. D. Color Cards for Selection: Where sealant color is not specified, submit manufacturer's color cards showing standard colors available for selection. E. Field Quality Control Plan: Submit at least two weeks prior to start of installation. F. Field Quality Control Log: Submit filled out log for each length or instance of sealant installed, within 10 days after completion of inspections/tests; include bagged test samples and photographic records, if any. 1.04 MOCK UP A. Provide mock-up of sealant joints in conjunction with wall and air barrier system. B. Construct mock-up with specified sealant types and with other components noted. FAYONC22.00 Joint Sealants City of Fayetteville Administration Building 07 9200 - 1 09-19-2023 Roof Replacement C. Locate where directed. Mockup may remain as part of the Work. 1.05 QUALITY ASSURANCE A B C D E F Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. Installer Qualifications: Company specializing in performing the work of this section and with at least three years of documented experience. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. Field Quality Control Plan: 1. Visual inspection of entire length of sealant joints. 2. Destructive field adhesion testing of sealant joints, except interior acrylic latex sealant. a. For each different sealant and substrate combination, allow for one test every 100 feet in the first 1000 linear feet, and one test per 1000 linear feet thereafter, or once per floor on each elevation. b. If any failures occur in the first 1000 linear feet, continuing at fr c&ncy of one test per 500 linear feet at no extra cost to Owner. 3. Field testing agency's qualifications. `O Field Adhesion Test Procedures: 1. Allow sealants to fully cure as reco netby cturer r testing. 2. Record the type of failure that . Ir , other ' �tion re y test method, and the information required on th Qualittrol Log. 3. When performing destructs , also i the int for proper installation characteristics recomm man r, and ny de iencies. 4. Deliver the samples r id durin ctive to s epar8 a ed plastic bags, identified with proje I ation t, and t ts, r. 5. If any combinati lant t e #d su r e2ldes not s vidence of minimum adhesion or Alftijs hesion fai1W bef9re nimum ad lion, report results to Architect. Destructive Field Aesic Destructive Tail Procedur 1. Sample: At least 18 2. Minimum ElondgU elongation s then mul ipl 1 h is that di ce rom 3. If eitht sive oM 1.06 WARRANTY with ASTM C1521, using 3 V onsider the tail at rest, not under any iilurocapability of the sealant in percent by two; sion failure occurs before the "1 inch mark" ;t as failed. rs prior to minimum elongation, take necessary t; record each modification to products or A. See Sectiorpm -' CLOSEOUT SUBMITTALS, for additional warranty requirements. B. Correct def work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories that fail to achieve watertight seal , exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Non -Sag Sealants: Permits application in joints on vertical surfaces without sagging or slumping. 1. Dow Corning Corporation: www.dowcorning.com/construction/#sle. 2. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 3. Pecora Corporation: www.pecora.com. FAYONC22.00 Joint Sealants City of Fayetteville Administration Building 07 9200 - 2 09-19-2023 Roof Replacement 4. Sherwin-Williams Company: www.sherwin-williams.com. 5. Sika Corporation: www.usa-sika.com. 6. Tremco Commercial Sealants & Waterproofing: www.tremcosealants.com/#sle. B. Self -Leveling Sealants: Pourable or self -leveling sealant that has sufficient flow to form a smooth, level surface when applied in a horizontal joint. 1. Dow Corning Corporation: www.dowcorning.com/construction/#sle. 2. Master Builders Solutions by BASF: www.master-builders-solutions.basf.us/en-us/#sle. 3. Pecora Corporation: www.pecora.com. 4. Sherwin-Williams Company: www.sherwin-williams.com. 5. Sika Corporation: www.usa-sika.com. 6. Tremco Commercial Sealants & Waterproofing: www.tremcosealants.com/#sle. 2.02 JOINT SEALANT APPLICATIONS A. Scope: 1. Exterior Joints: Seal open joints, whether or not the joint is indicated on drawings, unless specifically indicated not to be sealed. Exterior joints to be sealed Aclude, Ktre not limited to, the following items. a. Wall expansion and control joints. b. Joints between door, window, and other frames aahl, cent co r t c ion. c. Joints between different exposed Is d. Openings below ledge angles iA miterfaonry. G �� e. Other joints indicated beIGV*r 2. Interior Joints: Do not seal interior joints un pecificall in i ated to be sealed. Interior joints to be sealed include,eut ar6 not li , the of items. a. Joints between doo4r, window, an rame jacen6onstruction. b. Other joints indic V below. • (vl, 3. Do not seal the folio 'n types ofljco- a. Intentional a sinso ry. V b. Joints in$i to be treateZfwith an ctured a sion Joint cover or some other type of sca ing ev c. Joints where se t ecifie o rovid anufacturer of product to be P P � sealed. �� ��► d. Joints wh 9liallatio ealaht is s Tin another section. P e. Joints beMr�uspen paa el c ili d and walls. B. Exterior Joints: Use n6n-sag nc"Im-staining 'lic sealant, unless otherwise indicated. 1. Lap Joints in S�eet Metal Shlrica o Butyl rubber, non -curing; Type H. 2. La JoinSkween acture�a anels: Butyl rubber, non -curing; Type H. 3. B o' in Ext r Meta ork 1►d Siding: Acrylic Emulsion; Type G. 4. Join etween one ete an d between panels of adjacent work: P P 1 5. Joints betanili;h asonry and cast stone: Type U with sand. C. Interior Joires: Usp non -sag polyurethane sealant, unless otherwise indicated. 1. Wall a d geiling Joints in Non -Wet Areas: Acrylic emulsion latex sealant. 2. Floor Joints in Wet Areas: Non -sag polyurethane "non -traffic -grade" sealant suitable for continuous liquid immersion. 3. Joints between Fixtures in Wet Areas and Floors, Walls, and Ceilings: Mildew -resistant silicone sealant; white. 4. Other Floor Joints: Self -leveling polyurethane "traffic -grade" sealant. D. Interior Wet Areas: Bathrooms, restrooms, kitchens, food service areas, and food processing areas; fixtures in wet areas include plumbing fixtures, food service equipment, countertops, cabinets, and other similar items. 2.03 NONSAG JOINT SEALANTS FAYONC22.00 Joint Sealants City of Fayetteville Administration Building 07 9200 - 3 09-19-2023 Roof Replacement A. Type U-1 - Non -Staining Silicone Sealant: ASTM C920, Grade NS, Uses M and A; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus 100 percent, minus 50 percent, minimum. 2. Non -Staining To Porous Stone: Non -staining to light-colored natural stone when tested in accordance with ASTM C1248. 3. Dirt Pick -Up: Reduced dirt pick-up compared to other silicone sealants. 4. Color: Match adjacent finished surfaces. 5. Cure Type: Single -component, neutral moisture curing. 6. Service Temperature Range: Minus 20 to 180 degrees F. 7. Manufacturers: a. Dow Chemical Company; DOWSIL 795 Silicone Building Sealant: consumer.dow.com/en-us/industry/ind-building-construction.html/#sle. b. Pecora Corporation: www.pecora.com. c. Substitutions: See Section 01 6000 - Product Requirements. B. Type U-2 - Silicone Sealant: ASTM C920, Grade NS, Uses M and A; not expeced to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 25 percent, minim 2. Hardness Range: 15 to 35, Shore A, v en tested in dd ce with C661. 3. Color: Match adjacent finished surface . 4. Cure Type: Single -component, neu ral oisture u�ng 5. Service Temperature Range: MNn to 180 G� ss F. n. 6. Manufacturers: �J a. Dow Chemical Compa/SIL 9 - ilding azing Sealant: consumer.dow.com/ - industr ' - ilding- ction. tml/#sle. b. Pecora Corporatio peco o ` c. Substitutions: ctio 1 0 - Prod R uire C. Type E - Mildew-Resi ai cone eal nt: A G adUses M and A; single component, milde nt; not exp ed tQ-wi tand on ous water immersion or traffic. 1. Color: Whiten *1 7c 2. Manufacturers. a. Pecora CorporatioKwww.p M. ` D. Type A - Polyuretha a alant: 20, Gr +Uses M and A; single or multi - component; not expec to w' hst con in er immersion or traffic. 1. Movement Ca lit nd minus 25 Tcent, minimum. P Y 2. Hardness Range: 0 hor en tested in accordance with ASTM C661. 3. Co r: T%IA sel ct rchit anufacturer's standard range. 4. S -Nmpera a nge: Mi 40 to 180 degrees F. 5. Maftoctwen, a. Pec4r oration: www.pecora.com. b. VBCorporation; - i ams Company; Stampede-1/-TX Polyurethane Sealant: www.sherwin- com/#sle. c. MasterSeal NP1, One component polyurethane sealant. www.master-builders-solutions.basf.us d. Substitutions: See Section 01 6000 - Product Requirements. E. Type J - Polyurethane Sealant for Continuous Water Immersion: ASTM C920, Grade NS, Uses M and A; single or multi -component; explicitly approved by manufacturer for continuous water immersion; suitable for traffic exposure when recessed below traffic surface . 1. Movement Capability: Plus and minus 35 percent, minimum. 2. Hardness Range: 20 to 35, Shore A, when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. 4. Service Temperature Range: Minus 40 to 180 degrees F. 5. Manufacturers: FAYONC22.00 Joint Sealants City of Fayetteville Administration Building 07 9200 - 4 09-19-2023 Roof Replacement a. Sika Corporation; Sikaflex-la: www.usa-sika.com/#sle. b. Substitutions: See Section 01 6000 - Product Requirements. F. Type B - Non -Sag "Traffic -Grade" Polyurethane Sealant: ASTM C920, Grade NS, Uses M and A; single or multi -component; explicitly approved by manufacturer for continuous water immersion and traffic without the necessity to recess sealant below traffic surface. 1. Movement Capability: Plus and minus 25 percent, minimum. 2. Hardness Range: 40 to 50, Shore A, when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. G. Type G - Acrylic Emulsion Latex: Water -based; ASTM C834, single component, non -staining, non -bleeding, non -sagging; not intended for exterior use. 1. Color: Standard colors matching finished surfaces, Type OP (opaque). 2. Manufacturers: a. Pecora Corporation: www.pecora.com. b. Sherwin-Williams Company; 850A Acrylic Latex Caulk: www.sherwin- williams.com/#sle. c. Sherwin-Williams Company; 950A Siliconized Acrylic LCaulk: herwin- williams.com/#sle. H. Type C - Butyl Sealant: Solvent -based; AS C1311; sin onent, V ; not expected to withstand continuous water immV96nor tra ' 1. Hardness Range: 10 to 30, Shore A, wh n teste i a ordanc STM C661. 2. Color: To be selected by Arch t@�t'fri manu u is stand{ nge. 3. Service Temperature Range:as 13 to e rees F. 4. Manufacturers: V a. Sherwin-Williams C ; Stor er All S�$s eala - www.sherwin- williams.com/#sle. ` •► b. Substitutions: a ectio 1®0 0 - Prod uir I. Type H - Non -Curing t alant: of nt-b e M 131 gle component, non -sag, non -skinning, non- g, non-blee ing; rap mpen a intended for fully concealed applications. 1. Manufacturers: a. Pecora Corporati ecora on-Sk" i Butyl Sealant: www.pecsle. 2.04 SELF -LEVELING S G A. Type F - Self- veli Polyu pl aala ne SeA TM C920, Grade P, Uses M and A; single or multi-complo n xplici dved b facturer for traffic exposure; not expected to withsta o ous a ersion 1. nt Capabi ]us and s 25 percent, minimum. 2. Har ess R 3 to 55, SLIA, when tested in accordance with ASTM C661. 3. Color: G 4. ServiVOTa ra ure Range: Minus 40 to 180 degrees F. 5. Manu t rs: a. Sherwin-Williams Company; Stampede 1 SL Polyurethane Sealant: www.sherwin- williams.com/#sle. b. Sika Corporation; Sikaflex-1c SL: www.usa-sika.com/#sle. B. Type P - Semi -Rigid Self -Leveling Polyurea Joint Filler: Two -component, 100 percent solids; intended for filling cracks and control joints not subject to significant movement; rigid enough to support concrete edges under traffic. Joint filler for areas to receive polished concrete finish. Confirm material with system manufacturer / installer. 1. Durometer Hardness, Type A: 75, minimum, after seven days when tested in accordance with ASTM D2240. 2. Color: To be selected by Architect from manufacturer's standard colors. 3. Joint Width, Maximum: 3/4 inch. FAYONC22.00 Joint Sealants City of Fayetteville Administration Building 07 9200 - 5 09-19-2023 Roof Replacement 4. Manufacturers: a. ARDEX Engineered Cements; ARDEX ARDISEAL RAPID PLUS: www.ardexamericas.com/#sle. b. Euclid Chemical Company; EUCO QWIKjoint UVR: www.euclidchemical.com/#sle. c. Nox-Crete Inc; DynaFlex JF-85: www.nox-crete.com/#sle. 2.05 ACCESSORIES A. Backer Rod: Cylindrical cellular foam rod with surface that sealant will not adhere to, compatible with specific sealant used, and recommended by backing and sealant manufacturers for specific application. 1. Type for Joints Not Subject to Pedestrian or Vehicular Traffic: ASTM C1330; Type 0- Open Cell Polyurethane. 2. Open Cell: 40 to 50 percent larger in diameter than joint width. B. Backing Tape: Self-adhesive polyethylene tape with surface that sealant will not adhere to and recommended by tape and sealant manufacturers for specific application. C. Masking Tape: Self-adhesive, nonabsorbent, non -staining, removable4thout esive residue, and compatible with surfaces adjacent to joints and seal D. Joint Cleaner: Non -corrosive and non -staining type, type reco ed b pZ1 manufacturer; compatible with joint forming ials. � E. Primers: Type recommended by sealant a facturer t s t applica n-staining. F. Sand: White or tan sand, selection en field Z PART 3 EXECUTION G 3.01 EXAMINATION A. Verify that joints are read teive w • a► B. Verify that backing mat re co pa with a ` C. Verify that backer s o the co size. 3.02 PREPARATION?— k A. Remove loose materials a f i gn matt th t could i dhesion of sealant. B. Clean joints, and prima a cess i�a Gordan manufacturer's instructions. C. Perform preparati in a ordanc i an fa instructions and ASTM C1193. D. Mask elemen and aces cent to joint damage and disfigurement due to sealant work; be awa at ealan rid : m>a may not be completely removable. 3.03 INSTALLAT7��r A. Perform o in accord a with kajIa'actimanufacturer's requirements for preparation of surfaces a d matedAinstallation tions. B. Perform instal -A0' ,in1ccordance with ASTM C1193. C. Install bondLbrelker backing tape where backer rod cannot be used. D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags, and without getting sealant on adjacent surfaces. E. Do not install sealant when ambient temperature is outside manufacturer's recommended temperature range, or will be outside that range during the entire curing period, unless manufacturer's approval is obtained and instructions are followed. F. Nonsag Sealants: Tool surface concave, unless otherwise indicated; remove masking tape immediately after tooling sealant surface. G. Concrete Floor Joint Filler: After full cure, shave joint filler flush with top of concrete slab. 3.04 FIELD QUALITY CONTROL FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 07 9200 - 6 Joint Sealants 09-19-2023 A. Perform field quality control inspection/testing as specified in PART 1 under QUALITY ASSURANCE article. B. Destructive Adhesion Testing: If there are any failures in first 1000 linear feet, notify Architect immediately. C. Remove and replace failed portions of sealants using same materials and procedures as indicated for original installation. D. Repair destructive test location damage immediately after evaluation and recording of results. END OF SECTION FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 07 9200 - 7 Joint Sealants 09-19-2023 SECTION 08 6300 METAL -FRAMED SKYLIGHTS PART1 GENERAL 1.01 SECTION INCLUDES A. Aluminum skylight framing system. B. Skylight glazing. C. Fasteners, anchors, reinforcement, and flashings. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Wood support curbs. B. Section 07 6200 - Sheet Metal Flashing and Trim: Skylight counterflashing. C. Section 07 9200 - Joint Sealants: Sealing joints between skylight frames and adjacent construction. I D. Section 08 8000 -Glazing. A 1.03 REFERENCE STANDARDS A. AAMA 501.2 - Quality Assurance and DiagN�Q�c Water L ield Ch Installed Storefronts, Curtain Walls, and Sloped Glazir�SZistems B. AAMA 609 & 610 - Cleaning and Mart nce Guide f itect i ished Aluminum (Combined Document) 2015. C. AAMA 611 -Voluntary Specificat' o nodiz itectur inum 2020. D. AAMA 2604 - Voluntary Spec'' 'o , Perfo Requ' s andIpst Procedures for High Performance Organic Cgs on m Extr io s and Is with Coil Coating Appendix) 2022. E. ASTM B221 - Standa Sficatio for lumi lu 'nu y Extruded Bars, Rods, Wire, Profiles, an021. F. ASTM B221 M - StaNdard ci c t1+on for num an um -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes ( rr 2021. G. ASTM C661 - Standard Teat Meth oWentatiodhess of Elastomeric-Type Sealants by Means of a Duro eter 2)15 (Re 2022 H. ASTM C793 - St ✓Test o or Effecaboratory Accelerated Weathering on Elastomeric J t Sklants I. ASTM C ♦8 �Naandard ethod' rmining Compatibility of Liquid -Applied Sealants with AVe�s Use ctur I g ystems 2023. J. ASTMStaA�Nrdtest Met r Determining Tensile Adhesion Properties of Structural Seaia9. K. ASTM C124r Standard Guide for Secondary Seal for Sealed Insulating Glass Units for Structural S%QlAt Glazing Applications 2018 (Reapproved 2023). L. ASTM C1401 - Standard Guide for Structural Sealant Glazing 2023. M. ASTM E330/E330M - Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference 2014 (Reapproved 2021). 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's specifications, standard details, and installation requirements. FAYONC22.00 Metal -Framed Skylights City of Fayetteville Administration Building 08 6300 - 1 09-19-2023 Roof Replacement C. Shop Drawings: Indicate framed opening requirements and tolerances, spacing of members, anticipated deflection under load, affected related work, expansion and contraction joint locations and details, and sizes and locations for field welding. 1. Show field measurements on shop drawings. D. Samples for Initial Selection: Manufacturer's color charts consisting of sections of units showing the full range of colors available for factory -finished aluminum. E. Samples for Verification: Provide color sample of selected finish on 2,,x3,, aluminum sheet. F. Test Reports: Submit results of full-size mock-up testing. G. Design Data: Provide framing member structural and physical characteristics and engineering calculations, and identify dimensional limitations. H. Field Quality Control Submittals: Report of field testing for water penetration and air leakage. I. Warranty Documentation: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. J. Installer's Qualification Statement. 1.05 QUALITY ASSURANCE A. Designer Qualifications: Design skylight sy under dir orvision�j r fessional engineer experienced in design of system ty cified 0 nsed Sfate of Arkansas. B. Manufacturer Qualifications: Company ecia izing in _nilfacturi roducts specified in this section with not fewer than threey��f docudi experj8 e� C. Installer Qualifications: Compan�s ealizing'2rmingpk of work specified in this section with at least three years kt" pcumen erien D. Full -Size Mock-up Testing: `a speda resent in project itions tested by an independent testing age om n ee i h spe uctjpaj,aj�,infiltration, water penetration, and therma ia. ZV Ylant E. Verify that each c�pon, t is approp a fous structurbglazing (SSG) application in regar s to at I s th)followin rop rties; ape, dimensions, material, shelf -life, storage conditio a ofor. 1.06 DELIVERY, STORAGE, AND DLI J► A. Provide wrapping to prot%ct pred.aluminu s ces. Do not use adhesive papers or spray coatings that bond whe`rxp d to s r weather. 1.07 FIELD CONDITIONS A. Do not install sQlants w ient a ure is less than 40 degrees F. Maintain this minimum to Oerature in and o a er installation. 1.08 WARRANTY A. See Section Ot CLOSEOUT SUBMITTALS, for additional warranty requirements. B. Correct de ctiv ork, including leaks, discoloration, and excessive thermal or structural movement, ' a five year period after Date of Substantial Completion. C. Provide ten year manufacturer warranty for insulated glass units from seal failure, interpane dusting or misting, and replacement of same. Include coverage for degradation of color finish. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Metal -Framed Skylights: 1. Kingspan Light + Air, LLC; formerly Bristolite Daylighting Systems, Inc; Custom Metal Framed Skylights: www.bristolite.com/#sle. 2. Wasco Skylights - Part of the VELUX Group; Pinnacle 350 system www.wascoskylights.com/#sle. FAYONC22.00 Metal -Framed Skylights City of Fayetteville Administration Building 08 6300 - 2 09-19-2023 Roof Replacement 3. Substitutions: See Section 01 6000 - Product Requirements. 2.02 METAL -FRAMED SKYLIGHTS A. Metal Framed Skylights: Factory -fabricated, and glazed. 1. Frame: Extruded aluminum structural members with integral condensation collection and guttering system thermally separated from exterior pressure bar. 2. Glazing System: Pressure glazing bar system for sloped joints and two (2)-sided structural sealant glazing (SSG) for horizontal joints. 3. Glazing: Insulating glass. 4. Aluminum Finish: High performance organic coatings. 5. Fabricate to prevent vibration harmonics, thermal movement transmitted to other building elements, and loosening, weakening, or fracturing of attachments or components of system. 2.03 PERFORMANCE REQUIREMENTS A. Provide metal -framed skylights that comply with the following: 1. Structural Design: Design and size components to withstand eaeloads a1g�i specified live loads without damage or permanent set. 2. Wind Loads: Test in accordance with ASTM E330/E34ONr'1s g load ti es the specified design pressures and 10 sec duration oimaximum Ioa . 3. Design and size components to withstae folio Toad req s without damage or permanent set: a. Roof snow load: _ Ibf/sq `+ b. Positive wind load: 1 c. Negative wind load_ q ft. fing: d. Concentrated load ocation on e. Measure perfor y testi g 33 in accordan w h ASTI , using test pressure equal to 1.5 ti t e de ' v load �j on duration of maximum load. 4. Glazing Support a Defl do Und Z6ad: 1/1ispan, maximum. 5. Structural Se zin (SSG yst r individu ass lites, design framing members to n excee eNction no Itothe allk L 75 between supports with 3/4 inch maximum, and a fl on parahe wa 60 with 1/8 inch maximum, whichever is less. (� 6. Design and fab 640 prev �w6nic vib V, wind whistles, noises caused by thermal mov ent, hermal a ent a Md to other building elements, loosening, weakening,r+rr�rin tt ment onents of system. D �u a s� p y 2.04 MATERIALS A. Alumin ons: A Mfd to • T5, 6063-T6, or 6061-T6 members complying with A 1 (AST 2 1 M), ith imum thickness 1/8 inch for structural members and 1/16 inch non-stri�ctur I memb B. Internal Reinfct eql ASTM A36/A36M Steel shapes as required for strength and mullion l size limitati, -dip galvanized after fabrication in accordance with ASTM Al23/A123M. C. Insulating G%sif Sealed insulated units, outer pane of clear transparent, laminated glass; inner pane of clear transparent, laminated glass; space of sealed air, metal edge frame. D. Glazing Accessories: As recommended by manufacturer of skylight system. E. Structural Sealant Glazing (SSG) Adhesive: Neutral curing, silicone sealant formulated for SSG applications in compliance with ASTM C1184 and structural glazing industry guidelines, ASTM C1401. 1. SSG adhesive in compliance with ASTM C920; Type M - Multicomponent, Grade NS, Class 50, Use NT, G, and A. 2. Ultimate Tensile Strength: Minimum of 50 psi as determined by test method ASTM C1135 under the following conditions. a. Exposure to air temperatures of 190 degrees F and minus 20 degrees F. FAYONC22.00 Metal -Framed Skylights City of Fayetteville Administration Building 08 6300 - 3 09-19-2023 Roof Replacement 2.05 b. Water Immersion for seven (7) days, minimum. c. Exposure to weathering for 5,000 hours, minimum. 3. Sealant Design Tensile Strength: 20 psi, maximum. 4. Hardness: 20 to 60 with Type A-2 durometer in compliance with test method ASTM C661. 5. SSG sealant tested for compatibility with glazing accessories in compliance with ASTM C1087, tested for accelerated weathering in compliance with ASTM C793, and in compliance with insulating glass secondary sealant design standards of ASTM C1249. 6. Manufacturers: a. Dow Corning Construction; www.dowcorning.com/construction/#sle. b. Tremco Inc; : www.tremcosealants.com/#sle. c. Substitutions: See Section 01 6000 - Product Requirements. F. Weatherseal Sealant: Silicone, with adhesion in compliance with ASTM C794; compatible with glazing accessories. G. Touch -Up Primer for Galvanized Steel Surfaces: Zinc rich type. H. Fasteners: Non -corrosive type as recommended by skylight manufacturer. I. Flashing: Matching finish of skylight frame system components; � using led fastening method, and seal with weather -tight sealant. • 1. Aluminum sheet, 20 gage, 0.032 inch um thick ' J. Anchorage Devices: Type recommended by anufactur �iceale FABRICATION J► V A. Rigidly fit and secure joints and cor��epith scrkii spline-, r*Vate rigid joints with B. C. D. connections that are flush, hairl Fabricate components to alloMl spacing around perimetevfis Drain to exterior any or migrating moistq% Prepare component be concealed upon c 2.06 FINISHES A. Class I Color AnoSS less than 0.7 mils( B. High Perform fluoropolyrA y C. Color: o le( r�inj i� clearance and shim .% ng in glazing channels, d ensure that fasteners will Integrally colored anodic coating not ; multiple coats, thermally cured rer's standard range. PART 3 EXECUTIUW • �� 3.01 EXAMINATION ` A. Verify that truc i'al curb is ready to receive skylight system, and other ant work to ensure weathertight construction. 3.02 PREPARATION Coordinate installation of roofing A. Apply 1 coat of protective coating to concealed aluminum and steel surfaces in contact with dissimilar materials. B. Where aluminum will contact pressure -treated wood, separate dissimilar materials by methods recommended by manufacturer. 3.03 INSTALLATION A. Install metal -framed skylights in accordance with manufacturer's instructions. B. Set skylight structure plumb, level, and true to line, without warp or rack of frames or glazing panels. Anchor securely in place in accordance with approved shop drawings. FAYONC22.00 Metal -Framed Skylights City of Fayetteville Administration Building 08 6300 - 4 09-19-2023 Roof Replacement C. Maintain assembly dimensional tolerances, aligning with adjacent work. D. Install sill flashings in accordance with Section 07 6200. E. Pack fibrous insulation in shim spaces at perimeter of assembly to ensure continuity of thermal barrier. F. Install glazing in accordance with Section 08 8000. G. Structural Sealant Glazing (SSG) Adhesive: Install structural sealant glazing adhesive and weather -tight sealant in accordance with manufacturer's instructions. H. Mask adjacent surfaces, clean joint surfaces, and install backing and field -applied sealants in accordance with requirements of Section 07 9005. I. Touch up damaged finishes so repair is imperceptible from 6 feet distance, and remove and replace components that cannot be acceptably touched up. 3.04 TOLERANCES A. Maximum Variation from Plumb, Level, or Line: 1/8 inch per 10 feet, or.#4 inch otal in overall dimension. B. Alignment of Two Adjoining Members Abutting in Plane: Withi inches. 3.05 FIELD QUALITY CONTROL ` A. Provide services of metal -framed skyligh ma facturer' ie repres v to observe for pro installation of system and sub ni rt. per Y B. Water -Spray Test: Provide water s� ality t i stalled et - ramed skylight components in accordance with 01.2 ons ru ocess and before installation of interior finishes. 1. Perform a minimum of is in a ignal a as di*,-,( bloy Architect. C. Repair or replace metal-f d sky cpone s ve ignated field testing, and retest to verify pe r�ce co lie with a req 're 3.06 CLEANING A. Upon completion of stall n r u hl skylight inum surfaces in accordance p P 9 with AAMA 609 & 610. B. Remove protective i �ill from BEd alumi �rfaces. C. Wash down exp e�sJaces wip urface I D. Remove exZZ e nt by recom enif�d by skylight manufacturer. • EN4 TION CiN G� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 08 6300 - 5 Metal -Framed Skylights 09-19-2023 SECTION 08 8000 GLAZING PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Insulating glass units. B. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS A. Section 08 6300 - Metal -Framed Skylights: Glazing furnished as part of skylights assembly. 1.03 REFERENCE STANDARDS A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials Current Edition. B. ANSI Z97.1 - American National Standard for Safety Glazing Materials Used in Buildings - Safety Performance Specifications and Methods of Test 2015 (Reaffirm;d 2020). C. ASCE 7 - Minimum Design Loads and Associated Criteria for Buil s and Oth Structures Most Recent Edition Cited by Referring Code or Reference Sta D. ASTM C864 -Standard Specification for De a Elastomeri ression askets, Setting Blocks, and Spacers 2005 (Reappro 19). E. ASTM C1036 - Standard Specification fo Fla lass 2 F. ASTM C1048 - Standard Specificat eat-qtrqt ed a Tempered Flat Glass 2018. N G. ASTM C1172 - Standard Speciftn for L d Arch I Flat lass 2019. H. ASTM C1376 - Standard S i ration fo lytic and r Depo iti Coatings on Flat Glass 2021a. I. ASTM E119 - Standa etho fo Fire T s uildi �Ouction and Materials 2022. J. ASTM E1300 - Stan and P a ti dtr Deter inigg Load ce of Glass in Buildings 2016. K. ASTM E2190 - Standard S$ ation f dating a nit Performance and Evaluation 2019. L. GANA (GM) - G ing Man�2. M. GANA (SM) - AN alant al 2008. N. GANA (LGR - amina ng F�1b11e Manual 2019. O. ICC (I rnatio ing e�1(lost I4ecent Edition Adopted by Authority Having Jurisdic ncludi A pplicabndments and Supplements. P. IGMA TB-3001 lines for Sloped Glazing 2001. Q. IGMA TM_ � rt American Glazing Guidelines for Sealed Insulating Glass Units for Commerci & sidential Use 1990 (2016). R. ITS (DIR) - Directory of Listed Products Current Edition. S. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies 2022. T. NFPA 257 - Standard on Fire Test for Window and Glass Block Assemblies 2022. U. NFRC 100 - Procedure for Determining Fenestration Product U-factors 2023. V. NFRC 200 - Procedure for Determining Fenestration Product Solar Heat Gain Coefficient and Visible Transmittance at Normal Incidence 2023. W. NFRC 300 - Test Method for Determining the Solar Optical Properties of Glazing Materials and Systems 2023. X. UL (DIR) - Online Certifications Directory Current Edition. FAYONC22.00 Glazing City of Fayetteville Administration Building 08 8000 - 1 09-19-2023 Roof Replacement Y. UL 9 - Standard for Fire Tests of Window Assemblies Current Edition, Including All Revisions. Z. UL 10B - Standard for Fire Tests of Door Assemblies Current Edition, Including All Revisions. AA. UL 10C - Standard for Positive Pressure Fire Tests of Door Assemblies Current Edition, Including All Revisions. BB. UL 263 - Standard for Fire Tests of Building Construction and Materials Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting one week before starting work of this section; require attendance by each of the affected installers. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data on Insulating Glass Unit and Glazing Unit Glazing Types: Provide structural, physical and environmental characteristics, size limitations, special han0ling an installation requirements. C. Product Data on Glazing Compounds and Accessories: Prgvi ical, Of tial, and environmental characteristics, limitations, s ial applicati ementsdentify available colors. D. Samples: Submit one sample 12 by 12 i ch i size of nits. E. Certificate: Certify that products of tion o ceed d requirements. F. Warranty Documentation: Sub factur �nty an e that forms have been completed in Owner's name a e tered nufact� 1.06 QUALITY ASSURANCE • a► A. Perform Work in accor ith N ), �V' , G M), and IGMA TM-3000 for glazi i a n met Mai cop n s B. Installer Qualificati m y sppecializi in p rformin N o k of the type specified and with at least five years d ume d eTience 1.07 FIELD CONDITIONS O V V A. Do not install glazin Iambi rature ' than 40 degrees F. B. Maintain minimu nt to era re befohg and 24 hours after installation of glazing compounds. 1.08 WARRANTY • V" �► A. See S t' 7800 EO ALS, for additional warranty requirements. B. Insulating ass Uni - Provide a ) year manufacturer warranty to include coverage for seal failure, inte usting or misting, including providing products to replace failed units. PART 2 PRODUCT 2.01 MANUFACTUR A. Float Glass Manufacturers: 1. AGC Glass North America, Inc: www.agcglass.com/#sle. 2. Guardian Glass, LLC: www.guardianglass.com/#sle. 3. Pilkington North America Inc: www.pilkington.com/na/#sle. 4. Vitro Architectural Glass (formerly PPG Glass): www.vitroglazings.com/#sle. 5. Substitutions: Refer to Section 01 6000 - Product Requirements. 2.02 PERFORMANCE REQUIREMENTS - EXTERIOR GLAZING ASSEMBLIES A. Provide type and thickness of exterior glazing assemblies to support assembly dead loads, and to withstand live loads caused by positive and negative wind pressure acting normal to plane of FAYONC22.00 Glazing City of Fayetteville Administration Building 08 8000 - 2 09-19-2023 Roof Replacement glass. 1. Design Pressure: Calculated in accordance with ASCE 7 or no less than as indicated on structural plans for building ultimate wind speed. 2. Comply with ASTM E1300 for design load resistance of glass type, thickness, dimensions, and maximum lateral deflection of supported glass. 3. Provide glass edge support system sufficiently stiff to limit the lateral deflection of supported glass edges to less than 1/200 of their lengths under specified design load. 4. Glass thicknesses listed are minimum. B. Vapor Retarder and Air Barrier Seals: Provide completed assemblies that maintain continuity of building enclosure vapor retarder and air barrier. 1. In conjunction with vapor retarder and joint sealer materials described in other sections. 2. To utilize the inner pane of multiple pane insulating glass units for the continuity of the vapor retarder and air barrier seal. C. Thermal and Optical Performance: Provide exterior glazing products with performance properties as indicated. Performance properties are in accordance with' iVanufacturer's published data as determined with the following procedures and/opkst methoddk 1. Center of Glass U-Value: Comply with NFRC 100 using Lae Berk limtional Laboratory (LBNL) WINDOW 6.3 computer program. . 2. Center of Glass Solar Heat Gain Coefficient (SHGC): Y with 200 using Lawrence Berkeley National Laboratory (LBNL) WINDYW 6.3 co u r program. 3. Solar Optical Properties: Comp `*h NFRC 300 tq etho� 2.03 GLASS MATERIALS 2.04 I1 Float Glass: Provide float glass.sed glazingQ oth r1ass cated. 1. Annealed Type: ASTM C1�36, Type I�awr�paren Clear, Quality - 03. 2. Kind HS - Heat-Stren Nened Type: -Comp "lies wit YP P► 3. Kind FT - Fully Tem r Typ ' &O'es w'th C1 4. Fully Tempered lass: ;�o*N�lies Z97 1 oWFR 1201 criteria for safetylazin hazardo�3`f6cati s. g 5. Tinted Type: T C1 C,�ass 2 - ed, ualit&th color and performance characteristics s ind' to �e®rls 6. Thicknesses: As indi ; provi er thicl required for exterior glazing wind load desi(j B. Laminated GlassZafeeGlassNa oa lass�a,1. Laminat d I impact rerem INSULATIN U T ��/+ A. Manufa r s. 0 with ASTM C1172. '.1 - Class B or 16 CFR 1201 - Category 1. Any the m cturers specTWd for float glass. 2. Substituteer to Section 01 6000 -Product Requirements. Insulating Vas Mits: Types as indicated. 1. Durabi Certified by an independent testing agency to comply with ASTM E2190. 2. Coated Glass: Comply with requirements of ASTM C1376 for pyrolytic (hard -coat) or magnetic sputter vapor deposition (soft -coat) type coatings on flat glass; coated vision glass, Kind CV; coated overhead glass, Kind CO; or coated spandrel glass, Kind CS. 3. Metal Edge Spacers: Aluminum, bent and soldered corners. 4. Spacer Color: Black. 5. Edge Seal: a. Dual -Sealed System: Provide polyisobutylene sealant as primary seal applied between spacer and glass panes, and silicone, polysulfide, or polyurethane sealant as secondary seal applied around perimeter. 6. Color: Black. FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 08 8000 - 3 Glazing 09-19-2023 7. Purge interpane space with dry air, hermetically sealed. C. Type IG-4 - Insulating Glass Units: Sloped glazing, laminated; IGMA TB-3001. 1. Applications: Exterior sloped glazing at 15 degrees or more from vertical, unless otherwise indicated. 2. Space between lites filled with air. 3. Outboard Lite: Fully tempered float glass, 1/4 inch thick, minimum. a. Tint: Clear. b. Coating: Low-E (passive type), on #2 surface. 4. Laminated Inboard Lite, Inner Pane: Annealed float glass, 1/4 inch thick, minimum. a. Tint: Clear. 5. Total Thickness: 1 inch. 6. Thermal Transmittance (U-Value), Summer - Center of Glass: 0.29, nominal. 7. Visible Light Transmittance (VLT): 54 percent, nominal. 8. Solar Heat Gain Coefficient (SHGC): 0.28, nominal. 2.05 GLAZING COMPOUNDS P1 Manufacturers: 1. BASF Corporation: www.basf.com/#sle. 2. Dow Corning Corporation: www.dowcq%w2.com/co Qn/#sle.o 3. Pecora Corporation: www.pecora.com/1 6 4. Substitutions: Refer to Section 01 00 ))) Produc ireme 2.06 ACCESSORIES ` I1 IQ Setting Blocks: Silicone, with 80hore �eter hard, ASTM ASTM C864 Option 11. Length of 0.1 inch for each s9.u� elbot of g r minimum inch width of glazing rabbet space minus 1/16 inch by he' suit al a ethod andu%ne wei d area. Spacer Shims: Neopren 5 to 60 Minimum 3 inch long half th hei self adhesive on oa Glazing Tape, BackVeddi compound with integral re Shore A durometer hardnf Glazing Gaskets C864 Option II; c E. Glazing Clips:YVlan& PART 3 EXECUTIQ� 3.01 VERIFICA CON A. Verify that size, square B. Verify that impede moil system. 3.02 PREPARATION 64 Option II. to suit application, 100 percent solids indicated; 5 to 30 cured it glazing channel retaining slot; ASTM sized and within tolerances, including those for of glazing channels or recesses are clean, free of obstructions that may movement, weeps are clear, and support framing is ready to receive glazing A. Clean contact surfaces with appropriate solvent and wipe dry within maximum of 24 hours before glazing. Remove coatings that are not tightly bonded to substrates. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant where required for proper sealant adhesion. 3.03 INSTALLATION, GENERAL 3.04 INSTALLATION - DRY GLAZING METHOD (GASKET GLAZING) FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 08 8000 - 4 Glazing 09-19-2023 A. Application - Exterior and/or Interior Glazed: Set glazing infills from either the exterior or the interior of the building. Follow window assembly manufacturer instructions for placement of glazing. B. Place setting blocks at 1/4 points with edge block no more than 6 inch from corners. C. Rest glazing on setting blocks and push against fixed stop with sufficient pressure on gasket to attain full contact. D. Install removable stops without displacing glazing gasket; exert pressure for full continuous contact. Apply sealant at corners as necessary to ensure gasket has full contact. 3.05 CLEANING A. Remove excess glazing materials from finish surfaces immediately after application using solvents or cleaners recommended by manufacturers. B. Remove non -permanent labels immediately after glazing installation is complete. C. Clean glass and adjacent surfaces after sealants are fully cured. D. Clean glass on both exposed surfaces not more than 4 days prior ate of Subnntial Completion in accordance with glass manufacturer's written re a dation;Q�,- 3.06 PROTECTION • A. After installation, mark pane with an 'X' by us g remova `tic tap r ste; do not mark heat absorbing or reflective glass units. B. Remove and replace glass that is dduri uction rprior to Date of Substantial Completion.► DOFS O 'Q 'Q O G � ti o o � � G G� FAYONC22.00 Glazing City of Fayetteville Administration Building 08 8000 - 5 09-19-2023 Roof Replacement SECTION 09 9113 EXTERIOR PAINTING PART 1 GENERAL V.20 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints. C. Scope: Finish exterior surfaces exposed to view, unless fully factory -finished and unless otherwise indicated, including the following: 1. Exposed surfaces of steel lintels, ledge angles, and exterior primed or unfinished metals. 2. Mechanical and Electrical: a. On the roof and outdoors, paint equipment that is exposed to weather or to view, including factory -finished materials. D. Do Not Paint or Finish the Following Items: ' 1. Items factory -finished unless otherwise indicated; materials a d pioducts &ing factory - applied primers are not considered factory finished. 2. Items indicated to receive other finishes. O 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial num�nd ca i bels, erating parts of equipment. 5. Non-metallic roofing and flash' 6. Stainless steel, anodized alu n ronzee coated ai less steel, zinc, and lead. 7. Floors unless specifically d. p Y `�%► 8. Ceramic and other type ile�s. � v 9. Brick, glass unit mas chitectincrete, t tone, 'r1t colored plaster and stucco. 10. Exterior insulatio a ish s to (EIF 11. Glass. 12. Concealed pip s, ducts a d cgnduits. V" 1.02 REFERENCE STANDARDS O A. 40 CFR 59, Subpart tonal i ganic nd Emission Standards for Architectural Coa ' s, . Envir al P of gency current edition. B. ASTM D16 - Stand Termi 1 y r Paint, d Coatings, Materials, and Applications 2019. (. C. ASTM D �9�tand rd !Veth ct Moisture Content Measurement of Wood and Wood- a aterials 2 D. MPI (APS - Ma to Painters Insti Architectural Painting Specification Manual Current Edition. • E. SSPC-SP CS nt Cleaning 2015, with Editorial Revision (2016). F. SSPC-SP 2 - nd Tool Cleaning 2018. G. SSPC-SP 6 - Commercial Blast Cleaning 2007. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide complete list of products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category (e.g. "alkyd enamel"). 2. MPI product number (e.g. MPI #47). FAYONC22.00 Exterior Painting City of Fayetteville Administration Building 09 9113 - 1 09-19-2023 Roof Replacement 3. Cross-reference to specified paint system(s) product is to be used in; include description of each system. 4. Manufacturer's installation instructions. C. Samples: Submit three paper "draw down" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. D. Manufacturer's Instructions: Indicate special surface preparation procedures. E. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Paint and Finish Materials: 1 gallon of each color; from the same product run, store where directed. 3. Label each container with color in addition to the manufacturer's label. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing tV products specified, with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing of wos cified with minimum five (5) years experience. + C. Provide field testing for adhesion per ASTM 1 for p '�ilied to a Vand galvanized steel surfaces in locations directed b Ar itN.,ftaquantli locatio V 1.05 MOCK-UP A. Locate where directed by Archite B. Mock-up may remain as part ork. `�► 1.06 DELIVERY, STORAGE, AND ING A. Deliver products to sit ed a la ilsd co in pec v n acceptability. B. Container Label: anufactur na e e of pain an name lot number, brand code, coverage, su ce pre tiol� drying e, c eanup ments, color designation, and instructions for mixin and du . C. Paint Materials: Store at rrum e mper 45 degrees F and a maximum of 90 degrees F, in ventila ea, an s ed by facturer's instructions. 1.07 FIELD CONDITIONS bie L A. Do not apply teri whe a and a temperatures are outside the temperature ranges req�'r dd the uct rp turer. B. Follow turer's o men ciff p7% res for producing best results, including testing of substrat oistur in s strates, nd umidity and temperature limitations. C. Minimum Applip emperatures for Latex Paints: 50 degrees F for exterior; unless required otherwise b c rer's instructions. D. Provide lig�vel of 80 ft candles measured mid -height at substrate surface. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide paints and finishes used in any individual system from the same manufacturer; no exceptions. B. Paints: 1. Base Manufacturer: Sherwin Williams. 2. Behr Process Corporation: www.behr.com/#sle. 3. PPG Paints: www.ppgpaints.com/#sle. 4. Sherwin-Williams Company: www.sherwin-williams.com/#sle. FAYONC22.00 Exterior Painting City of Fayetteville Administration Building 09 9113 - 2 09-19-2023 Roof Replacement 2.02 PAINTS AND FINISHES - GENERAL A. Paints and Finishes: Ready mixed, unless required to be a field -catalyzed paint. 1. Provide paints and finishes of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. For opaque finishes, tint each coat including primer coat and intermediate coats, one-half shade lighter than succeeding coat, with final finish coat as base color. 3. Supply each paint material in quantity required to complete entire project's work from a single production run. 4. Do not reduce, thin, or dilute paint or finishes or add materials unless such procedure is specifically described in manufacturer's product instructions. B. Sheens: Provide the sheens specified; where sheen is not specified, sheen will be selected later by Architect from the manufacturer's full line. C. Colors: As indicated in Color Schedule. 1. Extend colors to surface edges; colors may change at any ed a a?directeaLby Architect. 2.03 PAINT SYSTEMS - EXTERIOR '�► A. Paint WE-OP-3L - Wood, Opaque, Latex, 3 oat: • O 1. One coat of latex primer sealer, all side od su ` �+ 2. On backside of concealed wood trim: O coat o I e primer 3. Semi -gloss: Two coats of latexxcr�2lmel. V B. Paint CE-OP-3L - Masonry/Concrer, "que, L 3 Coat: Z� 1. One coat of block filler. Sh illiams Bloch r A24W200, coordinate requirements with coati nTAfactur ` 2. Concrete and Masonr ings p ion 09 9 3. • C. Paint GE-OP-3L - Exte ' sum oar d E i a er, �p 'quLatex, 3 Coat: 1. One coat of I e ri a seale . on Co Masonry Primer Sealer, A24W8300 2. Flat: Two co ex• -100 Exterio ate Flat, A6 eries. D. Paint ME-OP-3A - F rrous t nnprimedVShilliams 1. One coat of acrylic pr herwinQeries 2. Semi -gloss: T of ac en B66-650 Series. E. Paint ME-OP-3B , rr Me als, nprimed Exposed Exterior Structural Steel 1. TouchU ofma�cifactu cry c primeded by Tnemec 2. Semi gl Two coat P ac ry is namel; Tnemec Enduratone Series 1029. F. Paint M - Fe r ou Is, P rylic, 2 Coat: 1. T - p with rus hi itive rim commended by top coat manufacturer. 2. Sem oss: A0co is of ac ' namel; Sherwin Williams B66-650 Series. G. Paint MgE-O Ivanized Metals, Acrylic, 3 Coat: 1. One a anize primer. 2. Semi- Two coats of acrylic enamel; Sherwin Williams B66-650 Series. H. Paint MgE-OP-3X - Exterior Metal Handrails & Door Frames, Acrylic, 3 Coat: 1. One coat ProCryl Universal Primer B66-310 Series. 2. Semi -gloss: Two coats of DTM acrylic enamel; Sherwin Williams B66-200 Series. 2.04 ACCESSORY MATERIALS A. Accessory Materials: Provide primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials as required for final completion of painted surfaces. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION FAYONC22.00 Exterior Painting City of Fayetteville Administration Building 09 9113 - 3 09-19-2023 Roof Replacement 3.01 EXAMINATION A. Do not begin application of paints and finishes until substrates have been properly prepared. B. Verify that surfaces are ready to receive work as instructed by the product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially effect proper application. D. Test shop -applied primer for compatibility with subsequent cover materials. E. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Exterior Plaster and Stucco: 12 percent. 2. Fiber Cement Siding: 12 percent. 3. Masonry, Concrete, and Concrete Masonry Units: 12 percent. 4. Exterior Wood: 15 percent, measured in accordance with ASTM D4442. 3.02 PREPARATION ' A. Clean surfaces thoroughly and correct defects prior to application. B. Prepare surfaces using the methods recommended by the ma urer for wing the best result for the substrate under the project co 'tions. ` C. Remove or mask surface appurtenances, in i g elect i a tes, h e, light fixture trim, escutcheons, and fittings, prior to prefari g s aces for ' ing. D. Seal surfaces that might cause blee f1�o� gh or 1i 1g/of tope E. Remove mildew from impervious s by s g with tiot of tetra -sodium phosphate and bleach. Rinse with clean _ e nd allo ce to c F. Concrete: (�jJ• ` • 1. Remove release a is cunn rands, ff ce �qa k. Do not coat surfaces if moist a ent o lkkatnity o u to be c�exceeds that permitted in manufacture instructo G. Masonry: *1V" 1. Remove efflorescenc ialk. D n coat su if moisture content or alkalinity of surfaces or if alkalinit ort ' xceed )Rrmitted in manufacturer's written instructions. Al dry. r 2. Prepare su �eco me ed y t anufacturer. H. Fiber Cement idin - emov dust an of r foreign matter with a stiff fiber brush. Do not coat surfaces oisture co r alk of surfaces to be coated exceeds that permitted in manufa itte in ns. �` I. Exterio um Bo r . ill mino def t� with exterior filler compound. Spot prime defects after repai . J. Exterior Plate,h irline cracks, small holes, and imperfections with exterior patching plaster. M ce oth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. �J K. Galvanized Surfaces: 1. Remove surface contamination and oils and wash with solvent according to SSPC-SP 1. 2. Prepare surface according to SSPC-SP 2. L. Ferrous Metal: 1. Solvent clean according to SSPC-SP 1. 2. Shop -Primed Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re -prime entire shop -primed item. 3. Remove rust, loose mill scale, and other foreign substances using using methods recommended in writing by paint manufacturer and blast cleaning according to SSPC-SP FAYONC22.00 Exterior Painting City of Fayetteville Administration Building 09 9113 - 4 09-19-2023 Roof Replacement 6 "Commercial Blast Cleaning". Protect from corrosion until coated. M. Exterior Wood Surfaces to Receive Opaque Finish: Remove dust, grit, and foreign matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior calking compound after prime coat has been applied. Back prime concealed surfaces before installation. N. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. B. Exterior Wood to Receive Opaque Finish: If final painting must be delayed more than 2 weeks after installation of woodwork, apply primer within 2 weeks and final coating within 4 weeks. C. Apply products in accordance with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual". D. Do not apply finishes to surfaces that are not dry. Allow applied coats tedry befQ�e next coat is applied. � �� E. Apply each coat to uniform appearance. F. Dark Colors and Deep Clear Colors: Regardless�,pf numP oats sp apply additional coats until complete hide is achieved. G. Sand wood and metal surfaces ligh n coat �p Se re finish. H. Vacuum clean surfaces of loose pa 1 Use t `�oth to re v crust and particles just prior to applying next coat. I. Wood to Receive Transpare hes: Ti i rs to m od. W fillers into the grain before set. Wipe excess f ace. � o J. Reinstall electrical cov s, ha wa Tght - rn, esc ens, Prior to finishin9 and fittings removed . 3.04 CLEANING 61 A. Collect waste material that I onstitut a re hazar ze in closed metal containers, and remove daily from site. ►► 3.05 PROTECTION O A. Protect finishes u ti c ►►m Ief fP J'ect. \CO B. Touch-up da'ed inishe ubs a Completion. �VE TION G� FAYONC22.00 Exterior Painting City of Fayetteville Administration Building 09 9113 - 5 09-19-2023 Roof Replacement SECTION 11 8129 FACILITY FALL PROTECTION PART1 GENERAL 1.01 SECTION INCLUDES A. Roof anchors. 1.02 DEFINITIONS A. Anchorage: A secure connecting point or a terminating component of a fall protection system or rescue system capable of safely supporting the impact forces applied by a fall protection system or anchorage subsystem. B. Anchorage Connector: A component or subsystem that functions as an interface between the anchorage and a fall protection, work positioning, rope access, or rescue system for the purpose of coupling the system to the anchorage. C. Fall Arrest System: A system designed to stop you in the process of a 4011, typically including an anchor point or series of anchor points, a safety lanyard or selfftracting lifel4�e, and a harness. ((```` D. Fall Restraint System: A system designed to keep you front tti�i close �j s to the fall hazard to fall, typically including an anchor poll W series Sa for poi .atafety lanyard or self -retracting lifeline, and a harness. E. Fall Protection System: System cars tiger a faeCroa fall nt system. F. Lifeline: A component of a fall protects i1►systemg of lei a line designed to hang vertically, a vertical lifeline, or co g to an ge connectors at both ends to span horizontally, a horizo %e ine. 1.03 REFERENCE STAND9wered A. 29 CFR 1910.27 -nd R e ent tZCurre ii on. ������ V B. 29 CFR 1910.140all ro�ti3CGon st s urrent tion. p C. 29 CFR 1910.66 -aforms for Ba Mainte�2eaurrent Edition. D. 29 CFR 1926 - Safety and �I�i Regul LWfor Coi, sriln Current Edition. E. 29 CFR 1926.502 - ectio t criteria �ces Current Edition. F. ACI CODE-318 - Id' Cod Re iremen f ructural Concrete and Commentary 2019 (Reapproved 02 ). G. AISC 360 -*Sfe%cation4to Ltural StAuildings 2022. H. ANSI/ .18 �S r'Req 'remen* f r Anchorage Connectors for Active Fall Protects stems ?017�with Err to ( 21). I. ASCE 7 -Minim esign Loads an Associated Criteria for Buildings and Other Structures Most Recen dit� Cited by Referring Code or Reference Standard. J. ASTM A6/ M `Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, apes, and Sheet Piling 2022. K. ASTM A36/A36M - Standard Specification for Carbon Structural Steel 2019. L. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless 2022. M. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products 2017. N. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware 2023. O. ASTM A276/A276M - Standard Specification for Stainless Steel Bars and Shapes 2023. FAYONC22.00 Facility Fall Protection City of Fayetteville Administration Building 11 8129 - 1 09-19-2023 Roof Replacement 1.04 1.05 P. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 2018. Q. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar 2023. R. ASTM A780/A780M - Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings 2020. S. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials 2023b. T. ASTM F3125/F3125M - Standard Specification for High Strength Structural Bolts and Assemblies, Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150 ksi Minimum Tensile Strength, and Metric Dimensions 830 MPa and 1040 MPa Minimum Tensile Strength 2022. U. AWS D1.1/D1.1 M - Structural Welding Code - Steel 2020, with Errata (2023). V. AWS D1.6/D1.6M - Structural Welding Code - Stainless Steel 2017, wit4KAmen ent (2021). W. ICC (IBC) - International Building Code Most Recent Edition Ado y Auth ving Jurisdiction, Including All Applicable Amendments and Supple e X. SSPC-Paint 20 - Zinc -Rich Coating (Type I anic, anII - Or 019. ADMINISTRATIVE REQUIREMENTS G A. Coordination: Coordinate installati r ancho 'manuf to verify installation will result in a warrantable building env��," SUBMITTALS �► A. See Section 01 3000 - Admi v Re nts for u taI prioc S. B. Product Data: Material, eent, and a lis tur llp og data indicating the sizes, descriptions, c a i test krtilation a er d sc i data showing in sufficient detail th t complies h c requirem uipment and performance data including but Iimi ed�%�ifeliie anchtrasa ety tied chors, and lifeline cable. C. Shop Drawings: Installatio ifs: I personal fall protection sys an 1. Detail mounting, s ring, a coordinatin uir ent wi 2. Indicate nc ope detnd q D. Delegatedp i Docu a rawi system, ' .-`' co li ith E. Manufa r 's quali ica n state n1 F. Designer's qu ali ' statement. G. Installer's akllh 1 tatement. H. Testing 1.06 QUALITY ASSURANCE AkWnd types of anchorage points for c equipment. iunted items to roof structure. Indicate stem. , and depth of penetration of anchors. calculations sealed by Designer for fall protection :e requirements and design criteria. A. Designer Qualifications: Perform design under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Arkansas. B. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with at least five years of documented experience. C. Installer Qualifications: Company specializing in performing work of type specified and with at least three years of documented experience. D. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of type specified in this section. FAYONC22.00 Facility Fall Protection City of Fayetteville Administration Building 11 8129 - 2 09-19-2023 Roof Replacement 1.07 WARRANTY A. See Section 01 7800 - CLOSEOUT SUBMITTALS for additional warranty requirements. B. Extended Correction Period: Correct defective work within 2-year period commencing on Date of Substantial Completion. PART 2 PRODUCTS 2.01 ROOF ANCHORS A. Manufacturers: 1. Guardian Fall Protection; : www.guardianfall.com/#sle. 2. Pro -Bel Enterprises Ltd; : www.pro-bel.ca/#sle. 3. Summit Anchor Company; : www.summitanchor.com/#sle. 4. Tractel; : www.tractel.com/us/#sle. 5. Substitutions: See Section 01 6000 - Product Requirements. B. Application: 1. OSHA and ANSI one person PPE anchor. C. Description: 1. Roof anchorage points for personal fall rotection sy ed excl for employee fall protection and independent of any age us uspend ees or platforms on which employees work. D. Structural Performance: Provide sa k anc pable ofanding design loads as required by governing regulation odes. G E. Design Criteria: Fall protection 1. Comply with 29 CFR 191'-Q 0 and 2 926. erson�all protection systems and anchorage. ' �► 2. Comply with 29 CF 19 6, Su all P t 3. Comply with AN A Z35 8 st re r s fo�Se. ength, dynamic strength, residual stre iceability, d coKs! of anch F. Anchors: 1 1*1 1. Type: Vertical foam- ldfeel pie aseplat forged stainless steel loop. a. Loop Diam er: in b. Pier: 1) H g t: inc s. 2) is r: 3-inD. II Thic nched )` teri : ga s eel pipe. Foam: lyuretha e. M E84 Class I. C. at base p te, actory-w 1) � inches square. 2 n ss: 3/8 inch. 3 aterial: Hot -dip galvanized steel. 4) olt Holes: 52, 5/8-inch and 9/16-inch ID holes. 5) Drain Hole: 1-inch ID hole. G. Anchor Installation: 1. Type: Through -bolted. 2. Anchor Substrate: Wood decking. 3. Roofing Material: As indicated on drawings. 4. Flashing Material: Premolded pipe flashing, membrane flashing, or sealant acceptable to roof manufacturer. 2.02 MATERIALS - STEEL A. Structural Steel Sections: ASTM A36/A36M. FAYONC22.00 Facility Fall Protection City of Fayetteville Administration Building 11 8129 - 3 09-19-2023 Roof Replacement B. Steel Plates, Shapes, and Bars: ASTM A6/A6M or ASTM A283/A283M. C. Steel Pipe: ASTM A53/A53M Grade B Schedule 40, galvanized finish. D. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded. E. Steel Bolts, Nuts, and Washers: ASTM F3125/F3125M, Type 1, and galvanized in accordance with ASTM A153/A153M where connecting galvanized hardware components. F. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.03 MATERIALS - STAINLESS STEEL A. Stainless Steel, General: ASTM A666, Type 304. B. Stainless Steel Bars, Shapes and Moldings: ASTM A276/A276M, Type 304. C. Welding Materials: AWS D1.6/D1.6M; type required for materials being welded. 2.04 FABRICATION A. Fabricate work true to dimension, square, plumb, level, and free fri distortion i�[defects detrimental to appearance and performance. �(`` : B. Grind off surplus welding material and ensur exposed int �ners ha oth lines. C. Fabricate system components of the same a al unle �ise i c d. D. Fabricate anchoring devices as recomr ide by the acture ovide adequate support for intended use. E. Fabricate joints in a manner to di wat ulati ide weep holes to drain all water that could accumulate in► posed ' 2.05 FINISHES � • V" A. Galvanizing: Hot -dip g i e to i equ' A 3/Al23M. 1. Touch up abr d a after r tion i ecifie to p primer for galvanized surfaces. t_ PART 3 EXECUTION �•1 7(` n. 3.01 EXAMINATION A. Examine area for co ce wit e ilL�fients fo aflation tolerances and other conditions related to this wo . B. Proceed with ' stall n afte tisfacto coilwitions have been corrected. 3.02 PREPARATIOIJ��► �► •� A. Coordinate location o p tecti �l p e t indicated to be attached to structural substrate or surfa Wroofing ys and p vi anchoring devices with templates, diagrams, and installation instr� . 3.03 INSTALLATIO •` A. Install anc a and fasteners in accordance with shop drawings and manufacturer's recommenda ions to obtain allowable working loads published in product literature and in accordance with this specification. B. Coat concealed metal surfaces that will be in contact with cementitious materials or dissimilar metals with bituminous coating or by other permanent separation as recommended by fall protection system manufacturer. C. Do not load or stress anchors until all materials and fasteners are properly installed and ready for service. D. Seal roof penetrations at anchors with pre -molded pipe flashing, membrane flashing, or sealant acceptable to roof manufacturer. 3.04 FIELD QUALITY CONTROL FAYONC22.00 Facility Fall Protection City of Fayetteville Administration Building 11 8129 - 4 09-19-2023 Roof Replacement A. See Section 01 4000 - Quality Requirements for additional requirements. B. Load test anchors under the direct supervision of a licensed engineer in accordance with ACI CODE-318, AISC 360, ASCE 7, ICC (IBC), 29 CFR 1910.27, 29 CFR 1910.66, and requirements. C. Inspect each anchor for conformance to manufacturer requirements, building envelope, looseness, and signs of permanent deflection during load testing. 3.05 ADJUSTING A. Adjust fall protection components to function smoothly and safely. 3.06 CLEANING A. See Section 01 7000 - Execution and Closeout Requirements for additional requirements. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing in accordance with ASTM A780/A780M. C. Clean exposed surfaces in accordance with fall protection system manioacturer'written instructions. 3.07 CLOSEOUT ACTIVITIES • A. See Section 01 7800 - CLOSEOUT SUBMIS for clo bmitt Z B. Demonstrate proper operation of roof saf ty chors to wr e s desi representative. E CTIO J► V O 'Q 'Q O G � � o o � � G G� FAYONC22.00 Facility Fall Protection City of Fayetteville Administration Building 11 8129 - 5 09-19-2023 Roof Replacement Bid 23-42, Addendum 1 Date: Thursday, October 19, 2023 V4W To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 23-42, Construction — City Hall Roof Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERSSHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCH TION ON THE BID FORM. I 1. A non -mandatory Pre -Bid meeting was held in Room #111 of Fayettev' City Hall i�hursday, October 12, 2023 at 3:00 PM. The sign -in sheet of attendees is also attached f closur t a'1►interested parties. a. Attendees:] i. City of Fayetteville: P 1. Amanda Bellfuss, Sr. ng Ag 2. Kenny Fitch, Purcha ' ent V 3. Quin Thompson, es and ng IVtilance Manager 4. Ben Cruce, Arc]' — WER rr ialtects �6 ii. Vendors: ��GGJJ O� D'� ` 1. AMS v G � 2. Arka ofi Kompany 3. Cram on C 4. Joplin Roofin O 5. Ketch 0Iing O 6. M2 fi G� 7. 14Hest e Con tion `✓ 8• B oofi ` Jiplast Cj 2. Questions: The follo in ies ions have been received and answered by the corresponding department: a. Question: The City stated they would provide parking, staging areas, material laydown, and dumpsters. Along with staging area being provided by the City, are dumpsters going to be provided at no cost to the Contractor as well? i. Answer: Dumpsters will be provided by the City of Fayetteville at no cost. City of Fayetteville, AR Bid 23-42, Addendum 1 Page 114 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 b. Question: Is a stair tower allowed for roof access? If so, can the stair tower be anchored to the building? i. Answer: A stair tower will be allowed. Anchors and anchor location shall be approved by the City of Fayetteville prior to erection of the stair tower. c. Question: What is the estimated budget for this project? i. Answer: While we don't have the estimated budget, the anticipated project range is $450, 000 - $625, 000. d. Question: Regarding the Parapet Flashings along the Concrete parapet wall, Detail 11 on page A1.05 of the Drawings states that the Counterflashing is to be 8" minimum above the roof. The Step -In design of the wall makes this impossible in some areas, so not all counterflashing's are going to be 8" above the roof. With this in mind, is this going to be acceptable? i. Answer: Yes, in locations where there is not 8" between the finished r of surface. The underside of the existing parapet cap, the counterflashi ill need set tight to underside of parapet cap. , n. e. Question: Are the plastic bird spikes alo th concre �p�rapet w e replaced with new v plastic spikes or are these to be re d rein I ? i. Answer: Plastic bird spike ed tom oved laced with stainless steel bird spikes. Product, BirdB `A�$$"Dura- Wstainle NCI bir ikes or equal. htt1)s://birdborrier. oduct-on orv/def t- ateaa -spike/ Question: Is the cur f ystem re ?e slo Vin the deck? i. Answer: Slop 's bui t deck apered i ion required except at equipment or crickets. f O V" I Question: Does th �ctor ee to con vey, or will an asbestos report be provided c by the City? �/ i. An 'Otestos will b� ed by the City of Fayetteville. NO e, Question: Is terior P tection regQd for this project? i. Answection of the interior is required where construction activities will affect the in i of the building. Question: There is some metal coping cap on the top of the concrete parapet on the raised platform. Does the City want this replaced? i. Answer: The intent is for metal coping cap to be removed and the new liquid applied flashing to take its place. This is one area we will have to see what the existing conditions are once the cap is removed to determine if the design intent is applicable. City of Fayetteville, AR Bid 23-42, Addendum 1 Page 214 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Question: The gas lines that run across the roof are currently on wood blocking. Does the City want new pipe supports for these gas lines? i. Answer: Yes, see note #4 on sheet A1.02 k. Question: What is the height of the building? i. Answer: Roughly 80 feet (approximately 14 foot from floor to ceiling on each floor) Question: With the completion timeline being so small, will time be allowed for manufacturing of the skylight? i. Answer: Once contract is approved by City Council; a Notice of Award will be issued allowing the Contractor to prepare for the Skylight. Once construction is ready to begin, a Notice to Proceed will be issued and completion time will commence. m. Question: When the existing skylight is removed, will the ContractorAe responsible for the sheet rock aligned with it? i. Answer: No, the sheetrock will be th responsibll Y. S removal shall be coordinated with City sta . ff n. Question: Since removal and install the 41 will re ity Hall to be closed, will work hours be flexible from what d in t� orm? i. Answer: Work hours /ude a —✓ours a en s. rs shall be a roved b pp Y the City of Fayette n- XV' o. Question: The sped du s that aren' ip t are th of the line products, and the Si last products are t e ru t e fiill no roduct re a specific reason behind doing p p � � p g this? -` i. Answer: Thes n ly pr ed alt sV. Substitutions are welcomed and encourage e e su its stituti est for alternate systems you feel to be equal for revie� A p. Question. `age 54, t 1.03 " jle-NImunications Services", Sub -part A states "Provide, maintain, an pay flecommunns services to field office at time of project mobilization." Is this require ?' �, i. Answ , a job office will not be required for this product. Question: Is this project use Prevailing Wage Rates? If so, will the owner provide the prevailing wage rates document? i. Answer: No, this project does not require the use of Prevailing Wage Rates. r. Question: Will the City be covering Sani-Cans for this project? i. Answer: City of Fayetteville will not provide portable toilets. City of Fayetteville, AR Bid 23-42, Addendum 1 Page 314 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 s. Question: Is the Contractor allowed to load the roof with materials while still on pallets? i. Answer: That is to be determined, based on pallet sizes/weights and structural capability of the roof framing system. 3. Substitutions Requests: Please see the approved substitution requests attached to this addendum. a. Apollo Industries Skylight —Approved b. Elevate SBS Roofing System —Approved c. Tremco SBS Roofing System - Approved City of Fayetteville, AR Bid 23-42, Addendum 1 Page 414 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 A00` City of Fayetteville, Arkansas CITY OF Attendance Sheet FAYETTEVILLE ARKANSAS BID FP/RFQ#: 4o! Description: 1�1�-11 ll oo� T&Oka Function (circle one) : Bid Opening, Selection Committee Meeting Pre -Bid, Interview Date: �o /tea / 2�a� Time: 3= D04- Name 2 3 Q,y1 ; G� Vh r. �� Q1 lr 4 8►xrAA/kJl A� 57G� G✓ 6 7 Y N O 9 10 11 12 13 14 15 16uj�n l M1tSW10 17 18 19 20 Company 0-.& v "' All Bid Openings are also streamed live on the City of Fayetteville's YouTube Channel. c ,cj j0_pjg_ 3(pA Sol-51y- bQ2� qg-47 535 City staff e-mail includes "@fayetteville-ar.gov" Email Ifuss � v0 Ca • CeA beod c emcee SSMD .com o y �fC�i/� Iov � 1a37 • crW\, G%I/.vn h1A7�osCal fo Ss�ra n�anc isae!• ca, sL-0rK �1.co� S 1 1nMW��tO III . CA SECTION 00 6325 SUBSTITUTION REQUEST FORM (PRE -BID) SEND TO: AMANDA BEILFUSS SR. PURCHACING AGENT CITY OF FAYETTEVILLE 113 W. MOUNTIAN STREET FAYETTEVILLE, AR 72701 PHONE: 479-575-8220 (POST -BID) SEND TO: BEN CRUCE PROJECT ARCHITECT WEIR ARCHITECTS 112 W. CENTER STREET, SUITE 410 FAYETTEVILLE, AR 72701 PHONE: 479-966-4477 SECTION: 08 63 00 PARAGRAPH: 2.01 SPECIFIED ITEM: Metal Framed Skylight by Kingspan PROPOSED SUBSTITUTE: Metal Framed Skylight by Apollo Industries ATTACH, COMPLETE DESCRIPTION, DESIGNATION, CATALOG OR MOII( UMBER, SPEC DATA SHEET, AND OTHER TECHNICAL DATA, INCLUDING LABOIJA^ TESTS IF APPLICABLE. ANSWER THE FOLLOWING QUESTIONS: WILL SUBSTITUTION AFFECT DIMENSIONSN TED O INGS? E SIZE DIFFERENT PHYSICAL SIZE? NO WILL SUBSTITUTION AFFECT WIRI IPI THIS INCLUDES LOWER OR HIGH E G HEAT LOAD AND/OR OR VENTI QUI NO WHAT AFFECT WILL SU IO AVE NO #1 LIST ANY DIFFERENCES BETWE OP( Manufacturer change with pr ie frami IF NECESSARY, WIL H NDER REQUIRED TO REVIS RKIN� RA None needed 1 _\ NG, D K, ET 1{p9CATED ON DRAWINGS? IRI D AND. LTAGC� DIFFERENT BTU L RANCE�,� �_��•/ ES? ITU .104MD SPECIFIED ITEM: f ADDearance similar and details attached D P Y Rf ARCHITECTS/ENGINEER'S COSTS, NGS,Xi ARE CAUSED BY SUBSTITUTION? MANUFACTUR CRAN QkOPO6 GEMS ARE [A SAME [ ] DIFFERENT PROPOSED INGS IN SUB IT ON4PRODUCT: REVIEW COMM S 9EJECTED ]APPROVED APPROVED A NEE ATTACHED EXPLAINATION) NOT APPROV [ ] REJECTED / RECEIVED TOO LATE / NOT REVIEWED REMARKS: REVIEWED BY: FAYON C22.00 City of Fayetteville Administration Building Roof Replacement 00 6325 - 1 Substitution Request Form 09-19-2023 SUBMITTED BY: FIRM: H & H Skylight Fabricators, LLC. ADDRESS: 1340 Murphy `�, uite A, Stafford, Texas 77441 SIGNATURE: 4A DATE: 10/1 7V PHONE/EMAIL: 832-672-3919 - sales@hhskylights.com END OF SECTION FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 00 6325 - 2 Substitution Request Form 09-19-2023 F/ And !Ariiiiiiiiiiiiiiiii, C\lllim. ,.�►,��r�_.�� ►,ems HE L S E Ra I Elp METAL FRAMED SKYLIGHTS m ABOUT APOLLO INDUSTRIES Apollo Industries combines decades of experience in the skylight industry to design one of the nation's best sloped glazing systems around. We started from humble beginnings repairing skylights from some of the largest manufactures around. Through this experience, we learned thAood nd the bad of sky- light designs and used that knowledge since designing our first system �30 ye o. We constantly strive to approve ourselves in every aspect and the pr in the nds of skylights we have manufactured across the country. The decad,;ZQ, experind ha k culminate in our HELIOS SKYLIGHT systems. G While many manufactures focus on limited sty glazir'!�I ions, t ios System is designed to use the widest selection of options on the to all ur cligr atest flexibility, without sacrificing creativity or quality. v 0� %� Visit out website for design infor deta i , s 0 ecifi i end ad i al project information. G GLAZING OPTION 0 H Monolithic Acrylic �tandard Mill Monolithic Pol carbon v ' Anodized Y G OPTIONS Multi -wall Acrylic . Powder Coat Multi wall Polycarbonate Fluoropolymer Paint Fiberglass Sandwich Pane Insulating Laminated Glass n Po LLO . HELIOS SERIES �✓J, r aIL,) maw w a' I i� r It �I Va SINGLE SLOPE + LEAN-TO SKYLIGHTS ' V - HELIOS SERIES Irz APOLLO . INDUSTRIES DRAWINGS SILL SECTION END S �-- IOFdId�[JUTtip VAULT: SILL SECTION HELIOS SERIES \VERTICAL END SECTION A PO DLO . ,N I i. I L :> eiq! lU!.ii�ggldf !d �nnfnM� !pu, ,I�Infrgf W e Sam s Club Innovation Center I- 1,4S. _.011,LvrA SO - APOLLO INDUSTRIES ` . 12999 Murphy Road Suite L2 -� Stafford, Texas 77477 Toll Free: 877-LIGHT24 � • • Houston:832-672-3919 sales@apolloskylights.com www.apolloskylights.com CONSTRUCTION CONSULTING LABORATORY Pro Ser Apollo Ind Industries Texas. Tl Exterior W Product T lu m Hel' s t/ S Glazed Unit, Product Drawings, A endix A Series Model et Fr S Design: +/-85.0 Psf Ft - Mock U Size all Widt 1 -8'/4" 15 Length: 8'-3 %" 99.25" 104.94 Configuration a s e Glazing1 44" VB x 1/4" Laminated Glass Glass DLO '/ 0" x T-10'/2" 94.50" DLO FV 29.86 Tested Sloe 3 Test Test Type Pressure / Load / Dimension Results 1 ASTM E 330: Preload / Uniform Load +42.5 Psf 50% Test No Dama e 2 ASTM E 283: Air Infiltration / Static Pressure 6.24 Psf — Pos < 0.06 Cfin/Ft' 3 ASTM E 331: Water Resistance / Static Pressure 15.0 Psf No Water 4 ASTM E 330: Uniform Deflection/Uniform Load +/-42.5 & +/-85.0 Psf r30 secondsl No Damage 5 1 Repeat Air Infiltration Static Pressure 6.24 Psf — Pos < 0.06 Cfm/Ft2 6 Repeat Water Resistance / Static Pressure 15.0 Psf No Water 7 Structural Proof Load / Structural Uniform Load +/- 127.5 Psf r30 secondsl No Damage The test specimen passed all tests listed above with no glass breakage or permanent deformation to the vertical or horizontal framing members. CCONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: JUNE 3, 2022 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT TABLE OF CONTENTS 1. PROJECT DATA...........................................................................................................1 2. PROJECT SUMMARY...................................................................................................1 3. MOCK-UP DESCRIPTION...........................................................................................1 4. TEST EQUIPMENT......................................................................................................1 5. TEST PROCEDURES / TEST ALLOWABLE.....................................e........................2 6. MOCK UP DESCRIPTION ...................................................... �.......... ..........3 • (�•�'` 7. TEST RESULTS .......................................... ......... ........ 4�...............4 `� ��'` 8. DISCLAIMER ...................................... ......... V'............e)........................... 4 APPENDIXES V' c vvv `� APPENDIX A: HELIOS SKYLIG 6ra ED T DRAMA This report is not complete theseingsWpedbyVas illustrated below:It Sheet Tffeitiil t m ed as Illustrated 1 Plan / EI ction Consulting Laboratory 1601 Luna Road Carrollton, Texas 75006 (972) 242-0556 2 Horizontal Ve ect' 3 Pr Plate 3 4 r a embgr 4L 5 E for as 5 6Iftrior KrjLfej13k&Wet APPENDIX B�rOGR���' v `�► G G� CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: ,TUNE 3, 2022 Lr CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT C 1 1. PROJECT DATA 1.1. REPORT ISSUED Apollo Industries Stafford, Texas 832 672 3919 1.2. TEST LABORATORY AND LOCATION Construction Consulting Laboratory (CCL) Carrollton, Texas 972-242-0556 2. PROJECT SUMMARY 2.1. Project: AAMA 501 Laboratory Mock -Up Performance Testing 2.2. Product Type: Aluminum Skylight 2.3. Series/Model: Helios Metal Framed Glass Skylight 2.4. Compliance Statement: Results obtained are tested values and were secured by usin&e designated test methods in accordance with the requirements and methods noted ir�A6MA 501-1 ��►► 2.5. Test Completion: May 16, 2022 • 6 2.6. Test Sample Source: The specimen was installe�uy) CL. drawin project photographs will be retained by CCL for a minimum period foyears he test ion date. 2.7. Drawing Reference: The appended � i en dr �ave b iewed by CCL and are representative of the tested specimen. 2.8.Observers: i Witnessed By Wilson 3. TEST SPECIFICA r AAMA 501-15 "Method of t 16 trli Vv or o ASTM E 283-12 Air Infiltratio tandard ethod f�ermining Rate of Air Leakage Through Exterior Windows, Curtai Il , and D Specifi sure Differences Across the Specimen". o ASTM E 331-16 StatifNat Penetrat Resist ndard Test Method for Water Penetration of Exterior Windows, SkAglfst Doors Cu ain Walls niform Static Air Pressure Difference". c ASTM E 330-14 ' o Load ion aroof Loading: "Standard Test Method for Structural Performance of e r Win oors,i and Curtain Walls by Uniform Static Air Pressure Difference" 4. TEST EQUI NT l 4.1. Test chamber 4 4" x 4" and 2" x 4" stud reinforced 3/4" thick plywood at the floors and walls and a double omi 2" x 10" rim to provide support and sealing of the System curb. The chamber can be adjuste eet clients request for slope and is accessible through a single bulkhead door. 4.2. Pressure differentials created with reversible pumps for positive/negative loading. 4.3. Chamber pressure differentials measured with manometers. 4.4. Air infiltration measured with a Meriam laminar flow element and inclined and digital manometers. 4.5. Water applied to the specimen from a spray rack equipped with swirl -type nozzles spaced two feet on center in vertical and horizontal directions, which under controlled pressure delivered a minimum of five gallons per square foot per hour on the specimen. 4.6. Structural deflections and permanent set values measured with Celesco string potentiometers. CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CCONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: JUNE 3, 2022 CMD-0 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT 2 5. TEST PROCEDURES I TEST ALLOWABLE 5.1. Uniform Load Pre -Load per ASTM E 330: Per project specs, there shall be no system failure and deflection of aluminum members at 50% of the Positive and Negative design load. Procedure: Preload the at 42.5 Psf and maintain load for 30 seconds. 5.2. Air Infiltration per ASTM E 283: The total amount of air infiltration shall not exceed .06 Cfm/ Ft2 based on the specimen overall size. 12'-8'/4" wide by 8'-3'/4" long = 104.94 Ft2 x 0.06 CFM = 6.29 CFM - Allowed Infiltration Procedure: The specimen shall be covered with 2-mil plastic sheet material and sealed with spray adhesive and duct tape to the chamber perimeter, thus allowing no movement of air through the specimen. The specimen shall be subjected to a positive pressure differential of 6.24 Psft btain a leakage rate for the test chamber. The plastic bag shall be removed, and the cha a ressuriz ositive 6.24 Psf to measure total air infiltration. The chamber infiltration shall be s ed from t t I air infiltration resulting in the infiltration rate of the test specime hoto 1. ; 6eo* 5.3. Static Water Penetration per ASTM E 33 ere shall water pFtion during or at the QS conclusion of this test. ♦ ` \ n• Procedure: Water shall be applied to t e �cimen imum r t of Gph/Ftz, in such a way as to completely cover the exterior face of cimen. neo lyeclfied positive static pressure of 15.0 Psf shall be applied for a minyey period of 'itl� 15) mi oto 2), 5.4. Design Load Deflections a TM I�Per pro' csAW NWI be no system failure and deflection of alumin bets t 1 /o of ad an not exceed the following: Procedure: Preload '&me50%o e p itiv r negativ Once set, the indicators shall be set to zero. Positive a or ning, a pr ure equal ° and then 100% of the DP shall be applied and maintained or 10r load een loa ction shall be recorded. TEST SPECIME D SI T RIA: +l sf 130- second load duration Rafter Span (L/17511i §&.O"./175: w Allowable = 0.548" (inches) 5.5. Repeat Air Infi 5.6. Repeat duration 5.7. Proof L, member Der ASt213 at a PoW 6.24 Psf static test pressure Pe �n pet E 331 at the specified pressure for a minimum r ASTM E 33�'there shall be no permanent deformation of the aluminum 2% of span at 150% of design load. Procedure: Wpecimen shall be preloaded to 50% of the positive or negative DP. Once set, the indicators shall be set to zero. Positive and or Negative loading, a pressure equal to 150% of the DP shall be applied and maintained for 10 seconds, pressure released, and permanent sets recorded. TEST SPECIMEN PROOF LOAD / +/-127.5 Psf Rafter Sr)an M/500: 96" / 500 Allowable = 0.192 inches CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: ,TUNE 3, 2022 CL% CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT PAr�4 3 6. MOCK-UP DESCRIPTION Product Type Aluminum Helios Skylight, Product Drawings, Appendix A Series Model Helios Metal Framed Skylight I Design: +/-85.0 Psf Ft - Test Method AAMA 501-15 "Methods of Test for Exterior Walls" Mock Up Size Overall Width: 12'-8'/4" 152.25" Length: 8'-3'/4' 99.25" 104.94 Configuration 3-bays wide Glazing 1 3/8" Sealed Laminated Insulating Glass Glass DLO _ 3'-9'/2" 45.50" x 7'-10 %s" 94.50" DLO FV 29.86 Tested Sloe 12/3 WEEP ARRANGEMENT: Internal condensate gutters at head, jambs and �Sfters control water into the sill gutter which weeps to the exterior through a 316" weep hole in-lir 6 rafter. GLASS: 1/4" x 0.90" PVB x 1/4" Laminated Glass. . O1(`` �� V GLASS GLAZING: Glass lites are exterior set an capture z using i m pressure plates and EPDM gaskets, preset glazing at interior reset ret i exten sure plates. Pressure plate secured to the framing members w1 x 1 ' " e asher rubber gasketed screws spaced on 6" centers at the jambs, he u slope) fters. sealed to the frame at sill (down slope) with a heal bed of GE CS-2 uctur e. ce glazed, the pressure plates are covered with an aluminu� cap an w sealed SitPr CS-2000 to glass and frame members PERIMETER EALANT- u copi led t eri er curb with GE SilPruf SCS- S p I p 2000 silicone. Coping i re curb full m r with 1" hex head screws spaced P 9 Fx P approximately 2" from eac end n " cent N INTERNAL SEALANT: Fr a into a ff E SiIP -2000 silicone applied to the jamb and rafter structural tubing. ction o sate gg aled with GE SilPruf SCS-2000 silicone. REINFORCEMENT. Alu um T �" x 2" Ahead 01�6' thick at frame jambs and head (up slope). Aluminum Tube X 0.18 " t is fteminum channel 2" x 3" x 0.125" thick below frame sill down slo d t u 5/1 Tek screws. Rafters attached to curb using ( P 2" x 3" x 0.12 ' I� luminu n le se at side and secured to curb and rafter with four (4) 5/16 x 1" hex head screws her a qle, two er substrate. ANCHORAGE: F�'Tt ie1mters attached to curb and rafter support tubes with #14 x 1 1/2" hex washer head, rubber gas to screws set in pairs and spaced 6" from each end and on 12" centers. CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CCONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: JUNE 3, 2022 COO CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT PAGE 4 7. TEST RESULTS METHOD TITLE OF TEST TEST PRESSURE MEASURED ALLOWED ASTM E 330 Uniform Pre -Load Positive 42.50 Psf No Damage No Damage ASTM E 283 Air Infiltration Positive 6.24 Psf 0.02 Cfm/ft2 0.06 Cfm/ft2 ASTM E 331 Water Resistance "' Positive 15.0 Psf No Leakage No Leakage ASTM E 330 Uniform Load Deflection 142 Pos/Neg 85.0 Psf No Damage No Damage 50% and 100% Positive / Negative 85.0 Psf DP (30-Second Duration All Loads) +42.5 Psf +85.0 Psf -42.5 Psf -85.0 Psf Allowed _ Ind. Total Set Net Total Set Net Total Set Net Total Set Net 1 0.06 0.01 0.17 0.05 0.10 0.65 0.18 .06 2 0.32 0.01 .245 0.67 0.03 .500 0.35 0.04 .265 0.68 .04 .548 3 0.09 0.00 0.17 0.00 0.07 0.01 0.^, 0.01 ASTM E 283 Air Infiltration Positive 6.24 Psf .02 Cfml 0.06 Cfm/ft2 ASTM E 331 Water Resistance N' Positive 15.0 Psf No Lea No Leakage ASTM E 330 Uniform Proof Load N2 Pot/Meg 127.5 P No No Damage 150% Positive / Negative 127.50 Psf ISP (30-SeA&n ration 1 ads) +85.0 Psf j +127.50 Psf -85 sf 50 Psf Allowed Ind. TotaF Set Net Total Set Total Net o Set T Net 1 0.17 0.05 0.25 O.Ok 0.05 2 0.67 1 0. - .01 0.95 .045 .04 .90 0.2 .08 .035 .192 3 0.17 1 0.00 1 0.20 .1 0.01 Note 1: Water resistance testing was perf, h the s e e to a 3 0 ` Note 2: Plastic sheetingwas not used to ie the no ni est I 8. DISCLAIMER The performance results were h ♦M by he desi test methods. This report does not constitute certificatiott is pro prod Respectfully submitte ��` CONSTRUCTION CO/UL Lr4BcA71IA�ORY \�/1►�� fry,/// �� FDsS_dYq ALARCON WESLEY WILSON TESTING MANAG` LABORATORY MANAGER Signed Electronically Signed Electronically CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: .TUNE 3, 2022 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT /,I> 0-IF1401 Sheet Detail Sheet Stamped as Illustrated 1 Plan / Elevation 1 2 Horizontal Vertical Section 2 3 Pressure Plate 3 Construction Consulting Laboratory 1601 Luna Road 4 Frame Member 4 Carrollton, Texas 75006 (972) 242-f'556 5 Exterior gasket 5 6 Interior Knife Gasket 6C )'Q� �♦ O 'Q 'Q O G � � o o � \CO Ci G♦ CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CCONSTRUCTION CONSULTING LABORATORY AAMA 501-15 [AWS] PERFORMANCE TESTING CLIENT: APOLLO INDUSTRIES REPORT: CCL 22-087 Construction Consulting Laboratory DATE: ,TUNE 3, 2022 1601 Luna Road PROJECT: HELIOS SKYLIGHT Carrollton, Texas 75006 (972) 242-0556 SPECIRCAMNS: AIUM:NUM: eRRF f"3 TS - pA. I. . A,11 � MME t( N [ . S'RIiCTIMAI lU O 1". f(-RNrp rIAS �V �NG. III NII; 11 WASS AANI.S Q. I, Af SIRF NIHf NlD WITH _ NlRLAIiIt 01 FTFS: %vrFv0mrxm1nrrjrasrm.TypicAi � A \v/ U.1 rxAlliS. Rt A(II IN LIiIGIt ♦ M � � 9A ( 1�TENERS: 1r! pLNLXLSS Sil 11 Aid.WRS W11P \\\v IT', N( N. WT' 1111 Tr A`I I4Ri. srR,n�� W. �A�T'Nrllt it ?r rnr�.now tUAIFL' S(.I:: K'S OGJ DFSKN t6AD5: i #1 Deflection [;a, G Cj� CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- - f 17MllA MWRMPt AO. fTRrpRF.'r ?nor astar[A MA15—.- Ar�.-�cl n. u a 0 oCONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 Construction Consulting Laboratory AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: ,TUNE 3, 2022 1601 Luna Road 00 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT Carrollton, Texas 75006 (972) 242-0556 SEC 110h AA Xt �Iirl SECl10N BB YAtA11C rvrthsio -� - utt No coca • WI _ iF Y6'2WJWWAII 7XICANN311,6111, QI SECTION OD mE' s1AX 11, i' JAkMihtiF tr!W f1AR #/SIhG AM X#1tt T Tr ri Ai: A? A>FICNf. 17' (1A rt N i F 9 52(,!•T+irC INTNV.'Ail:lh 11r n •r SKr, K fit rf , IFSIIN(, ♦tlNri `�F1 SECTION CC •�V � `F • , AIM, 111�1� llrrr 1 CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- .•.N+nw.AwwAra „r aN.a.w fi1A56 UNIT FOA TESTV 4rt• 4.1-22 !KA►• W If) NNE'Mm. s CONSTRUCTION CONSULTING LABORATORY AAMA 501-15 [AWS] PERFORMANCE TESTING COW CLIENT: APOLLO INDUSTRIES REPORT: CCL 22-087 Construction Consulting Laboratory DATE: ,TUNE 3, 2022 1601 Luna Road PROJECT: HELIOS SKYLIGHT Carrollton, Texas 75006 (972) 242-0556 STANDARD COMNOTCK TOIG'PA11CIS APPLY MESS NOTED. — XON-FERROUS MINION • O _ 8410 HF.ME'.STEAD RD. S G 84 ^ HOU TON, TX 77008 FS384 'flOWW Id -4251 `vim CU510YFR DESC. 3.000± 13T. AREA EST. WT/Fr 1.500 120 -----_ __.-- -- .062 i'S30 .07B SCALE C t� -[ T w- 0 . .125 7 ,37 � 4— NUDILK ,I715 BACKER TYPE ,015 � I 1.411 7'6 CIRCIJE SUE •ZN . ' ` .125 R FULL G DATE DATE REYt510N ACTUAL SIZE DE ND, CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- CCONSTRUCTION CONSULTING LABORATORY AAMA 501-15 [AWS] PERFORMANCE TESTING claw CLIENT: APOLLO INDUSTRIES .,. _._ ...__ _. _...._._.._1..-••.,�cnn w�,k aim T � u.YW iirxL d�4miwrrneoc4ion,nYrra. itt tpwid Awovel S O MM,. vt"X.OXIOP(7) REPORT: CCL 22-087 Construction Consulting Laboratory DATE: .TUNE 3, 2022 1601 Luna Road PROJECT: HELIOS SKYLIGHT Carrollton, Texas 75006 (972) 242-0556 __ > usuwR ■ A ��� ` ` Gq 451 ;r4 5� SCALE 1:1 We �� AV*mluFaaxEn J G CONSTRUCTION CONSULTING LABORATORY -SINCE, 1974- SCALE 1:1 CCONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 Construction Consulting Laboratory AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: JUNE 3, 2022 1601 Luna Road C110-0 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT Carrollton, Texas 75006 (972) 242-0556 i Noe FrMIW�fwr�YiR/MNMsYMir��tlrrrw7/Mf, NbwM+mwo+rv/oYlr�r�J�Y�lw.�ti�1ORM����w+M. CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- µW FA9140CATORS s TR-14602E CONSTRUCTION CONSULTING LABORATORY AAMA 501-15 [AWS] PERFORMANCE TESTING CLIENT: APOLLO INDUSTRIES REPORT: CCL 22-087 Construction Consulting Laboratory DATE: JUNE 3, 2022 1601 Luna Road PROJECT: HELIOS SKYLIGHT Carrollton, Texas 75006 (972) 242-0556 IF RA.L WAR 1 w�.rrw. ww� rs�Np w+wtarwK utrt �w. �+PsiM� ...r"' = RMFxeruamca I i w w.�wrwwwiw�l+w+.r�iR M.W6&~«w some 6.r. 6-9.mw CONSTRUCTION CONSULTING LABORATORY -SINCE. 1974- TR-14WILS ■ CONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: .TUNE 3, 2022 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT APPENDIX B PHOTOGRAPHS CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- ■ CONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: JUNE 3, 2022 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT Aot ph 1 Air 1119 ibn per E 28UT��total amount of air infiltration shall not exceed .06 Cfm/sed on he specimen �Fall size. 12'-8 ' " w' = 2 /4 wide by 8 3 /< long 104.94 Ft x 0.06 CFM F` FM - Allowed Infiltrati� P �S dure: The specimen shall be covered with 2-mil plastic sheet material and sealle�th s ra adhesive p y and duct tape to the chamber perimeter, thus allowing no movement of air through the specimen. The specimen shall be subjected to a positive pressure differential of 6.24 Psf to obtain a leakage rate for the test chamber. The plastic bag shall be removed, and the chamber pressurized to a positive 6.24 Psf to measure total air infiltration. The chamber infiltration shall be subtracted from the total air infiltration resulting in the infiltration rate of the test specimen. CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- ■ CONSTRUCTION CONSULTING LABORATORY REPORT: CCL 22-087 AAMA 501-15 [AWS] PERFORMANCE TESTING DATE: .TUNE 3, 2022 CLIENT: APOLLO INDUSTRIES PROJECT: HELIOS SKYLIGHT Static W.;i ' Peke ation per ASTM E 331: There shall be no water penetration during or at the conclusion of this test. Procedure: Water shall be applied to the specimen at a minimum rate of 5 Gph/Ft2, in such a way as to completely cover the exterior face of the specimen. Simultaneously, a specified positive static pressure of 15.0 Psf shall be applied for a minimum period of fifteen (15) minutes -END OF REPORT - CONSTRUCTION CONSULTING LABORATORY -SINCE 1974- SECTION 00 6325 SUBSTITUTION REQUEST FORM (PRE -BID) SEND TO: AMANDA BEILFUSS SR. PURCHACING AGENT CITY OF FAYETTEVILLE 113 W. MOUNTIAN STREET FAYETTEVILLE, AR 72701 PHONE: 479-575-8220 (POST -BID) SEND TO: BEN CRUCE PROJECT ARCHITECT WEIR ARCHITECTS 112 W. CENTER STREET, SUITE 410 FAYETTEVILLE, AR 72701 PHONE: 479-966-4477 SECTION: 07 5216 PARAGRAPH: 2.01 SPECIFIED ITEM: Roofing M ufacturer PROPOSED SUBSTITUTE: Elevate ( formerly Firestone) SBS Roofk ATTACH, COMPLETE DESCRIPTION, DESIGNATION, CATALOG QPRY EL N�k! SPEC DATA SHEET, AND OTHER TECHNICAL DATA, IN DING LAB T APPLICABLE. ANSWER THE FOLLOWING QUESTIONS: _ WILL SUBSTITUTION AFFECT DIMENSION LNATEki WI THE SIZE DIFFERENT PHYSICAL SIZE?► WILL SUBSTITUTION AFFECT WIR&V,�IPING, INNTWORK,+ETY INDICATED ON DRAWINGS? THIS INCLUDES LOWER OR HIGHER ELECTRICAL LOAD AND/OR VOLTAGE; DIFFERENT BTU HEAT LOAD AND/OR OR VENT ;REQUIRED CLE S, ETC. v WHAT AFFECT WILL SUBSTITUTIQR F1WE! ON LIST ANY DIFFERENCESN PRSUBITrOTION AND SPECIFIED ITEM: Elevate meets or exceeds e r ct specific ons. IF NECESSARY UNDERWNED ARCHITECTS ENGINEER'S COSTS, REQUIRED TO REVLL E RK NLI AWINGAY F R ARE CAUSED BY SUBSTITUTION? MANUFACTURER'S WARRANTY -OF PROPOSED ITEMS ARE [ ] SAME [ ] DIFFERENT PROPOSED COST SAVINGS USING SUBSTITUTION PRODUCT: REVIEW COMMENTS: [ ] APPROVED [ ] APPROVED AS NOTED (SEE ATTACHED EXPLAINATION) [ ] NOT APPROVED / REJECTED [ ] REJECTED / RECEIVED TOO LATE / NOT REVIEWED REMARKS: REVIEWED BY: FAYONC22.00 City of Fayetteville Administration Building Roof Replacement 00 6325 - 1 Substitution Request Form 09-19-2023 SUBMITTED BY: FIRM: ADDRESS: SIGNATURE: DATE: PHONE/EMAIL: FAYONC22.00 City of Fayetteville Administration Building Roof Replacement END OF SECTION 00 6325 - 2 Substitution Request Form 09-19-2023 i11 ELEVATE HolcimElevate.com Embossed Foil Surface SBS Modified Burn -off Film Bitumen (Polyfilm) Roll Width Roll Length Net Coverage SBS Metal Flash - AL 1 Roll (1 Square) J P 1W W_ M Y.W WEIM 2106L Qii "Wim'S' A I 5W Item Number W71 RACALCL Dertv M alue ize 48x39in(1.2x1m) ier all 20 per llet 1,990 lb (905 kg) Roll Weight %97 lb (#4 cg)*j A`J" NOTE: Meets or exceeds performance rem t o TM D Method of Application �w� 1. SBS Metal Flash -AL m brdKe may 11�Stalled fully heat welding the membrane to an appropriate vertical substrate, of f y adh i with Aose MB Flashing Cement. 2. Do not apply to hat surfa 3. Please reference the ELV sphalt Roofing Systems Guide for Applicators and Designers available on our website for detai i� tion regarding the application of SBS Metal Flash -AL. Acceptable Immedia a Substrates for Heat -Welded Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer). ■ Approved Elevate base sheet. • Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth and primed with ASTM D-41 primer). ■ DensDeck° Prime, SECUROCK° Gypsum Fiber. NOTE: Please reference the Elevate Asphalt Roofing Systems Guide for Applicators and Designers available on our website for detailed information regarding the type of deck and insulation in use. September 29, 2022 Sales: (800) 428-4442 1 Technical (800) 428-4511 TIS516 1 HOLCIM i11 ELEVATE HolcimElevate.com Acceptable Immediate Substrates for Flashing Cement Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer) application. ■ Approved Elevate base sheet ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth and primed with ASTM D- 41 primer). ■ DensDeck or SECUROCK Gypsum Fiber (primed with ASTM D-41 Asphalt Primer). ■ DensDeck Prime (no primer required). ■ Plywood (no primer required). NOTE: It is not necessary to burn off or remove the polypropylene film prior to installing SBS Metal Flash - AL in flashing cement. Storage I ■ All material should be stored out of the weather in a clean, dry area in its ' inal uno ed packaging at a minimum of 50 OF (10 °C) and a maximum of 100 OF (38 °C) so that it wi °F (16 0 above at the time of application. '` V ■ Do not stack SBS Metal Flash -AL membrane more th wo (2) l 'high. V ■ If the material must be stored temporarily ono of efor a ation, t be elevated from the roof surface on a pallet, stored on end, and cover the w. twith olored opaque tarp in a neat, safe manner that does not exceed the all b oad li he sto rea. Precautions ■ Take care when transporting an n ling i Bit e to o nctures and other types of physical damage. V ■ Isolate waste products, pet pr cts, greas it 'neral arkgetable) and animal fats from all Modified Bitumen membrane ■ Refer to Safety Data Sheets (SDS) tKYdirtion y info a -n. LEED° Information o ` ��pSSIRjFO Post -Consumer Recycled C nt. 0 /` 1 MI•DADECOUNTY (RT'.„s FM UL Post Industrial Recycl t: ' lntertek APPROVED Cus Manufacturing Locati uerto RI o 1` NOTE: LEED° is a registered trail r the U.S. Green/Building Council. G September 29, 2022 TIS 516 Sales: (800) 428-4442 1 Technical (800) 428-4511 2 ^ HOLCIM i11 ELEVATE HolcimElevate.com Properties Test Method Performance Minimum Typical Performance Product Thickness D 5147 134 mil (3.4 mm) 150 mil (3.8 mm) Net Mass D 146 80 lb/100 ft2 (3,906 g/m2) 97 lb/100 ft2 (4,736 g/m2) Bottom Side Coating D 5147 40 mil (1.0 mm) 63 mil (1.6 mm) Peak Load at 0 OF (-18 °C) D 5147 160 lbf/in, MD (28 kN/m, MD) 160 lbf/in, MD (28 kN/m, MD) 160 lbf/in, XMD (28 kN/m, XMD) 160 lbf/in, XMD (28 kN/m, XMD) Elongation at Peak Load at 0 OF 3 %, MD 3.5 %, MD (-18°C) D 5147 3%,XMD 3.5%,XMD 85lbf/in, MD (14.9 kN/m, MD) 100 lbf/in, MD (17.5 kN/m, MD) Peak Load at 73 °F (23 °C) D 5147 85 lbf/in, XMD (14.9 kN/m, XMD) 100 lbf/in, XMD (17.5 kN/m, XMD) Elongation at Peak Load at 73 OF D 5 %, MD , 5 %, MD (23 °C) 5147 5 %, XMD %, XMD Ultimate Elongation at Peak 25 %, MD /o, MD Load at 73 OF (23 °C) D 5147 25 %, XMDQ 0 %, XMD D 5147 1201 (534 N, f, MD (890 N, MD) Tear Strength at 73 °F (23 °C) D 4073 120 bf, D (534 D) 0 lbf, XMD (890 N, XMD) Low Temperature Flexibility D 5147 0 °F (- -4 OF (-20 °C) D 5147 0.2 % , MD 0.2 % Change, MD Dimensional Stability D 1204 0.21ge, XMk0.2 % Change, XMD Compound Stability D 5147 5 (102 ° 250 OF (121 °C) Thermal Shock Stability D 7 1 0.2 % m 0.2 % max Water Absorption 5 0 1 % max Moisture Content D 5147 t.2 Nnax CN 0.2 % max ..O` Radiative ' 1 Cool Roof Rating Council (CRRC) , tiat 3 YR Solar Reflectance Thermal EmittanceNSJ 1 / 0.75 44/>D Rated Product ID 00 Licensed Manufacturer ID 0 Classification Production Line Solar Reflectance Index (SR , 92 / 82 CR C COOL ROOF RATING COUNCIL CHARTER MEMBER Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. September 29, 2022 TIS 516 Sales: (800) 428-4442 Technical (800) 428-4511 ^ HOLCIM 3 Firestone, the brand of premier roofing, wall, and lining systems you know and trust, will be coming to you under a new name: Elevate. During our transition, products carrying the brand name Firestone will change to Elevate on product labels and packaging, Technical Information Sheets, and elsewhere. Only the brand name is changing. Our products remain the same. I For further information on our brand transition to Elevate, scant d belovki your om smartphone, or visit our website: www.holcimelevatV V n_ G ba Poo i11 ELEVATE HolcimElevate.com Glass Yarn Sand Reinforced Surfacing Polyester Mat i SBS Modified Sand Surfacing Bitumen SBS PolyBase Item Description 1 Roll (1.5 Square) `O V Y** Description SBS PolyBase is a modified bitumen mem eaturi end o tyre utadiene-Styrene) rubber polymer and high -quality asphalt reinf ith 1 2 (3.8 0 ft2 ii�Q non -woven polyester mat enhanced with continuous fiberglas . The ddi of er pot r ptimizes the asphalt blend to increase its natural waterproof erties, a g e Inio , etasky d flexibility to the sheet. The fiberglass reinforced polyester p vides s )gtl�and sta ity o the yielding a membrane that resists natural forces and other factors on the tVtK. SBS P [ ase is d d specifically as a base layer for use with SBS Modified Bitumen Syste ssAVs, id �r ise on i 2w construction and reroofing projects. NOTE: Meets or exceeds perfn? r oC egl�ll�me s of A164, Type I, Grade S. Item Number W71 PSS0925 Property Roll Width Roll Length Net Coverage Roll Weight Method of Application ^� yft3in(1m) 50 ft (15.2 m) 149 ft2 (13.8 m2) 96 lb (44 kg) Property Pallet Size Rolls Per Pallet Weight per Pallet Value 48 x 39 in (1.2 x 1 m) 25 2,400 lb (1,088 kg) 1. SBS PolyBase can be installed in Holcim-approved hot asphalt or Multi -Purpose MB Cold Adhesive. 2. Please reference the Elevate Asphalt Roofing Systems Guide for Applicators and Designers available on our website for detailed information regarding the application of SBS PolyBase. September 29, 2022 TIS 502 Sales: (800) 428-4442 1 Technical (800) 428-4511 vt HOLCIM i11 ELEVATE HolcimElevate.com Acceptable Immediate Substrates for Cold Adhesive Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer) ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth and primed with ASTM D- 41 primer). ■ DensDeck® Prime, SECUROCKO Gypsum Fiber. ■ ISO 95+TM GL Insulation, ISOGARDTM HD Composite, ISOGARD HD Cover Board, and RESISTATM Insulation Acceptable Immediate Substrates for Hot Asphalt Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer) ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth and primed with ASTM D-41 primer) FiberTop, DensDeck Prime, SECUROCK Gypsum Fiber, STRUCTODEKO He with med Red Coating NOTE: Please reference the Elevate Asphalt Roofing Syste s Guide applicators and Designers available on our website for detailed information regard' type a and insulation in use. ` Storage `� J► ('� ■ All material should be stored out of the w �in a cl oXn area ' 't�Dl'iginal unopened packaging at a minimum of 50 °F (10 °C) and a maxim ' f 001 ( o that 1 e 50 (10 °C) or above at the time of application. �� ` •► ■ Do not stack SBS PolyBase me mor tha o ( Zhlgh. ■ If the material must be stor or ly on t e ro e e applic it must be elevated from the roof surface on a pallet, stored on nd, a P'l3d fro weather light-colored opaque tarp in a neat, safe manner that does not exceed twabl & imit of t rage area. I Precautions ♦ ■ Take care when trans ti`ng�nd han Modifi Bi men rolls to avoid punctures and other types of physical damage. V" ■ Isolate waste pr `petrole p oduc s, g se, oil (mineral and vegetable) and animal fats from all Modified Bitumen rrl�mbra e 4, ■ Refer to Safety Data e (S S) for additional safety information. LEED® Information Post -Consumer Recycled Content: 4 % ��psSrF��o FM I) E�I °S Post Industrial Recycled Content: 0 % US APPROVED Intertek Manufacturing Location: Beech Grove, IN NOTE: LEED° is a registered trademark of the U.S. Green Building Council QMIAM-DADCOUNTY CCMC EVALUATION 13625-L September 29, 2022 TIS 502 Sales: (800) 428-4442 1 Technical (800) 428-4511 2 ^ HOLCIM i11 ELEVATE HolcimElevate.com Properties Test Method Performance Minimum Typical Performance Product Thickness D 5147 85 mil (2.2 mm) 90 mil (2.3 mm) Net Mass D 146 54 lb/100 ft2 (2,636 g/m2) 57 lb/100 ft2 (2,783 g/m2) Bottom Side Coating D 5147 N/A (Not a Torch Product) 31 mil (0.8 mm) 70 lbf/in, MD (12.3 kN/m, MD) 751bf/in, MD (13.1 kN/m, MD) Peak Load at 0 OF (-18 °C) D 5147 70 lbf/in, XMD (12.3 kN/m, XMD) 75 lbf/in, XMD (13.1 kN/m, XMD) Elongation at Peak Load at D 5147 ° ° 20 %, MD 30 %, MD 0 F (18 C) 20 %, XMD 30 %, XMD 501bf/in, MD (8.8 kN/m, MD) 5 lbf/in, (9.6 kN/m, MD) Peak Load at 73 °F (23 °C) D 5147 501bf/in, XMD (8.8 kN/m, XMD) lbf/in, 6 kN/m, XMD) Elongation at Peak Load at 3 MD 0 %, MD 73 °F (23 °C) D 5147 35 XMD G 40 %, XMD Ultimate Elongation at 5 % ` 45 %, MD of Peak Load 73 OF (23 °C) D 5147 38J's6"I0 45 %, XMD Tear Strength at 73 ° F 55 lbf, D 6 N, M lbf, MD (267 N, MD) (23 °C) D 5147, D 40 1C D (246 lbf XMD (267 N, XMD) Low Temperature ° ° ° Flexibility IZ5U 0 (- -15 F (-26 C) V Dimensional Stability D 5147, D 121 0 ge, MD 0.2 %Change, MD� V °o ange, 0.2 % Change XMD Compound Stability R 1 15 °F (1� 250 OF (121 °C) Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. September 29, 2022 Sales: (800) 428-4442 I Technical (800) 428-4511 TIS 502 3 HOLCIM Firestone, the brand of premier roofing, wall, and lining systems you know and trust, will be coming to you under a new name: Elevate. During our transition, products carrying the brand name Firestone will change to Elevate on product labels and packaging, Technical Information Sheets, and elsewhere. Only the brand name is changing. Our products remain the same. I For further information on our brand transition to Elevate, scant d belovki your om smartphone, or visit our website: www.holcimelevatV V n_ G ba Poo i11 ELEVATE HolcimElevate.com Glass Yarn Granule Surface Reinforced Polyester Mat 1 Sand I Fire -Retardant SBS Surfacing Modified Bitumen Description SBS Premium FR is a Styrene-Butadie g/m2 (5.43 lb/100 ft2) non -woven polyE results in a flexible, durable memb characteristics of asphalt and Kr provides resistance to thermal an phy SBS Premium FR Item Description Item Number 1 Roll - UltraWhiteTI (1 Square) W71HNUWS16OF 1 Roll - White (1 Square) W71HWS16OFN 1 Roll - Black (1 Square) �W71HBS1�OFN • � A'0 V SBS Premium FR is ideal for both new lu even those with numerous penetration9!n with UltraWhite granules has a highly)fle requirements. 1 NOTE: Meets or exceeds Method of Application :\too, ie modifil ane t is reinforced with a 265 s r yarn. The combination Pop the natural waterproofing Faa his pri ary fire -retardant compound e eratures. 2 iKcations. Low -slope roofs of any size, emium FR application. SBS Premium FR meet national, state and local energy code M D 6164, Type II, Grade G. 48 x 39 in (1.2 x 1 m) 1. SBS Premium FR may be installed with Holcim-approved hot asphalt or Multi -Purpose MB Cold Adhesive. 2. Please reference the Holcim Asphalt Roofing Systems Guide for Applicators and Designers available on our website for detailed information regarding the application of SBS Premium FR Base. April 17, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 IN TIS512 1 HOLCIM i11 ELEVATE HolcimElevate.com Acceptable Immediate Substrates for Hot Asphalt Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer). ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth and primed with ASTM D- 41 primer). ■ FiberTop, DensDeck® Prime, SECUROCKO Gypsum Fiber, STRUCTODEK® HD with Primed Red Coating. NOTE: Please reference the Holcim Asphalt Roofing Systems Guide for Applicators and Designers available on our website for detailed information regarding the type of deck and insulation in use. Acceptable Immediate Substrates for Cold Adhesive Application: ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer). ■ Approved Holcim base sheet. ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clea th an d with ASTM D- 41 primer). • • DensDeck Prime, SECUROCK Gypsum Fiber. ■ ISO 95+TM GL Insulation / ISOGARDTM GL, ISO Q ompQ OGAR Q over Board, and RESISTATM ISOGARD CG Insulation. V NOTE: Please reference the Holcim A Roof stem for pplicators and Designers available on our website for detailed i 1►iation r a ng the deck insulation in use. Storage Qj ■ All material should be store the weath in a lea dry area ' is original unopened packaging at a minimum of 50 OF (10 °C) and maxim of4 0 °F Q Q so that ' e 50 °F (10 °C) or above at the time of application. O ■ Do not stack SBS Premium F or than t Nets hi . V" i ■ If the material must be stor to orarily e roof application, it must be elevated from the roof surface on a pallet, stored 3n W, and re from thither with a light-colored opaque tarp in a neat, safe manner that does ex eed t 1\i le l a limit of the storage area. Precautions c,� ■ Take care when tra spor i nd handling l�ified Bitumen rolls to avoid punctures and other types of physical damage. • ■ Isolate waste produ ss, Iroleum products, grease, oil (mineral and vegetable) and animal fats from all Modified Bitumen merl?k?Fanes. ■ Refer to Safety Data Sheets (SDS) for additional safety information. LEED° Information Post -Consumer Recycled Content: 5 % CCMC EVALUATION Post Industrial Recycled Content: 0 % 13625-L v Intertek Manufacturing Location: Beech Grove, IN NOTE: LEED° is a registered trademark of the U.S. Green Building Council. April 17, 2023 TIS 512 Sales: (800) 428-4442 1 Technical (800) 428-4511 ��pSSlFj�o FM APPROVED C Q-1 us n HOLCIM i11 ELEVATE HolcimElevate.com Properties Test Method Performance Minimum Typical Performance Product Thickness D 5147 130 mil (3.3 mm) 160 mil (4.1 mm) Net Mass D 146 90 lb/100 ft2 (4,394 g/m2) 95 lb/100 ft2 (4,639 g/m2) Bottom Side Coating D 5147 N/A 39 mil (1.0 mm) Peak Load at 0 OF (-18 °C) D 5147 100 lbf/in, MD (18 kN/m, MD) 105 lbf/in, MD (18 kN/m, MD) 100 lbf/in, XMD (18 kN/m, XMD) 105 lbf/in, XMD (18 kN/m, XMD) Elongation at Peak Load at D 5147 20%, MD 30%, MD 0 OF (-18 °C) 20%, XMD 30%, XMD Peak Load at 73 OF (23 °C) D 5147 70 lbf/in, MD (12 kN/m, MD) 75 lbf/in, MD (13 kN/m, MD) 70 lbf/in, XMD (12 kN/m, XMD) 75 lbf/in, XMD (13 kN/m, XMD) Elongation at Peak Load at D 5147 50%, MD 55%, MD 73 OF (23 °C) 50%, XMD 55%, XMD Ultimate Elongation at 5% of D 5147 60%, MD 65%, MD Peak Load 73 OF (23 °C) 60%, XMD %, XMD Tear Strength at 73 OF (23 °C) D 5147, D 70 lbf, MD (311 N, MD) 7 (334 N, MD) 4073 70 l XMD (311 N, , XMD (334 N, MD) Low Temperature Flexibility D 5147 (-18 °C -15 OF (-26 °C) Dimensional Stability D 5147, D 1 Chang 0.2% Change, MD 1204 • % C h a D 1 0.2% Change, XMD Compound Stability D 5147 215 2 C) C j 250 OF (121 °C) Granule Loss D 4977 g 0.5 g NOTE: Meets ASTM D 6164, Type II, Grade G. o'er ^�� ♦ .^ AIM '01 so'' Cool Roof Rating Council (CRRC) Solar Reflectance Thermal Emittance Rated Product ID Licensed Manufacturer ID Classification Solar Reflectance Index *SRI calculated using th L (l **CRRC Rapid Ratings utili a the ♦4 NOTE: The initial SRI for starter, l White et: Initial / apid Ratings" 0.72 .91 34 C R C ° MEMBER 0608 Production Line . 89 / 77 r, A9LTM �1980-01 ig pr e in ASTM D7897 to simulate 3-year aged values mbrane is 33. The SRI for black membrane is N/A. Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. April 17, 2023 Sales: (800) 428-4442 Technical (800) 428-4511 TIS 512 3 n HOLCIM Firestone, the brand of premier roofing, wall, and lining systems you know and trust, will be coming to you under a new name: Elevate. During our transition, products carrying the brand name Firestone will change to Elevate on product labels and packaging, Technical Information Sheets, and elsewhere. Only the brand name is changing. Our products remain the same. I For further information on our brand transition to Elevate, scant d belovki your om smartphone, or visit our website: www.holcimelevatV V n_ G ba Poo i11 ELEVATE HolcimElevate.com Image Coming Soon Twin Jet Item Description Part 1 and kit (Dispensing Accessories) Part 2 Item Number" W56RACIAHF01 W56RACIAHF02 Twin Jet Hose and Gun W56RACIAPRK Twin Jet Mixing Tips Z!�_,56RACIAPRT Twin Jet Extension Tubes .[ �RACIAPRE *NOTE. Each item bearing an item num5�rs d separat�` _ Description 'J► Ir Twin Jet is a two -component, LVOC, low-rise p r hane e app ead pattern for the attachment of Elevate approved roof insulations. It may used i e or spa r tern r the attachment of Elevate PVC XR, PVC KEE XR or UltraPly TP Membr to acceRIO l hor to substrates, per Elevate specifications. Twin Jet is packaged i r ble s • ed c usion of Part 1 and Part 2 to the gun and mix tip assembly. U J whe ient tratm atures range from 40 °F (4 °C) to 100 °F (38 -Q.4 Twin Jet has been updated with an en� entail rI ndly H pellant that's compliant with all U.S. State and Canadian Provincial re at Xs'HFQ*r�elants a �gorized as having zero ozone depletion potential (ODP) and low global g potential (GWP), p g a more sustainable solution compared to alternatives CFC, HCFC, and H r ellaNs. A _ Item ♦_ (DAcriptioa (/V _ StV art 1 i fires z-NOVai#ster, 25' (7.6 m) hose and gun assembly, six mix tips, Part 1 and kit thre 17� 32 mrrex�ension tubes; 9/161, (14.3 mm) wrench; one packet 0-ring (Dispensing Accessorie 1 t Part 1 and kit �v+��' �"P i 45 lb pressurized canister, 25' (7.6 m) hose and gun assembly, six mix tips, ree 171, (432 mm) extension tubes; 9/161, (14.3 mm) wrench; one packet 0-ring (Dispensing Accessories) lubricant Part 2 Twin Jet Hose and Gun Twin Jet Mixing Tips Twin Jet Extension Tubes September 20, 2023 TIS 836A Part 2 in 44 lb pressurized canister 25' (7.6 m) hose and gun assembly, allows dispensing Twin Jet 25' (7.6 m) from canisters. The gun assembly has a trigger lock to prevent accidental dispensing 10 Mixing Tips per bag 171, (432 mm) extension tube that allows roofers to stand upright during application for better ergonomics and less fatigue. 10 Extension Tubes per bag Sales: (800) 428-4442 1 Technical (800) 428-4511 10 HOLCIM i11E L E VAT E HokimElevatexom 7Pa 36 lb (16.3kg) per canister, 32 canisters per pallet. Packaged Weight: 49 lb (22.2 kg),1568 lb (711.2 kg) per er pallet NOTE: Package includes Canisters + Kit accessories 31 lb (14 kg) per canister, 32 canisters per pallet. Packaged Weight: 45 lb (20.4 kg),1440 lb (653.1 kg) per Canister pallet NOTE: Package includes Canisters only Method of Application Twin Jet Adhesive Canister Operating Instructions Twin Jet is dispensed in a semi -foamed bead that expands to several inches while rising 3/4 to 1" (19 to 25 mm) above the substrate. A chemical reaction occurs that secures the board in approximately 4 to 8 minutes after application, depending on temperature and weather conditions. It is important to determine the open/mate time for the ambient conditions encountered before attempting adhesion. 1. Install only as much roof insulation or membrane as can be made watertight Ouring t at working day. 2. Substrates to receive Twin Jet must be clean, smooth, dry, free of sharp loose reign materials, oil, grease, and other contaminants. �`O 3. Install Twin Jet only when ambient conditions, bon ncsubstrat I" insula nge from 40 °F (4 °C) to 100 OF (38'Q. 4. Determine the open/mate time relative to *N onditi fore a ing adhesion (see below). 5. Dispense a small amount of Twin Jet into a t``e con verif r mixing and extrusion of Part 1 and Part 2 before dispensing on subs tr2le Instructions for AttachingHoses to Ca ` �� • a► 1. Remove hose and gun assembl Part Cc rt�i! V 2. Remove canisters of Part 1 t from ir car o 3. Shake Canisters Part 1 and art 2 b c ar1q forth imes to the proper mix. Replace canisters Part 1 and Part 2 back in their resp artons nsert ho rough holes in the side of each carton. 4. Attach swivel fitting on the r s ed ho r tight valve outlet on top of the Part 1 canister (red). 5. Attach fitting on the c ear h fing ht, to the NaCIPutlet of the Part 2 canister (white). 6. Tighten both fittings i the su 16",(1� wrench by turning an additional 1/6 turn until firmly attached. DO N I G H se ljyl.oll� arton to protect from sun, wind, and dirt. Application of Mix Tip VV 1. Apply lubricant to blacl 0-ring on gun. 2. Insert mix tip over QQ rin gun and snap onto the gun. 3. Extension Tubes ma attached to mix tip end to facilitate bead application of Twin Jet. For Insulation Attachment 1. Apply Twin Jet on the substrate in 11/4,, (32 mm) beads spaced maximum 121, (305 mm) on center or as specified to meet wind uplift requirements. Allow adhesive to reach the open/mate time (see below) and set suitable insulation boards into position. 2. Place maximum 4' x 4' (1.2 m x 1.2 m) insulation boards into Twin Jet Insulation Adhesive within the identified mate time. 3. Immediately after setting the insulation board, provide continuous pressure using weighty objects such as adhesive pails on the insulation until the adhesive sets (typically 4-8 minutes) to ensure adequate contact between the insulation, substrate, and adhesive during the critical set-up period. September 20, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 TIS836A 2 HOLCIM i11 ELEVATE HolcimElevate.com FOR ELEVATE PVC XR or ULTRAPLY TPO XR MEMBRANE ATTACHMENT (Horizontal Application) 1. Unroll and position Elevate PVC XR or UltraPly TPO XR Membrane, overlapping in shingle fashion wherever possible. 2. Allow XR membrane to relax in its final intended position for a minimum of 30 minutes. 3. Back -roll the properly positioned membrane panels to expose the substrate to receive Twin Jet adhesive. (Do not "butterfly" large areas of roof membrane during adhesive application.) Take care not to move or otherwise disturb the membrane from its final intended position while back -rolling. 4. Dispense Twin Jet onto the substrate as follows: Bead Application: Apply Twin Jet Adhesive on the substrate in 3/4" -1" (19 mm - 25 mm) wide beads, spaced maximum 12" (305 mm) on center. Spatter Application: Spatter Twin Jet at a rate of 60-70% coverage over the.1porizontal substrate and 75- 85% at base tie-in locations, 2200 ft2 (204 m2) to 2350 ft2 (218 m2) per nister set. 5. Do not apply Twin Jet Adhesive to the roof membrane. Keep lap are R me clean and free of Twin Jet Adhesive overspray. Remove any Twin Jet sive fro r earn ar ore mating the seam. 6. Allow the adhesive to rise in height and reach o en/i�hate con . Mat evate PVC XR or TPO XR Membrane to the substrate before a skim v lop % dhesi Reaction Time below). 7. Immediately after setting the membr the T adhe room the membrane then roll thoroughly using a 75 lb (34 kg) to 15 6 kg) ro^�s imp hat th reshly installed membrane and substrate remain in contact e Twi Aadhesi it th t Xtie sets to ensure proper adhesion. 0 Cj Reaction Time a► P ■ Open/mate time: The time at which rings" tc mat an be pulled away from the surface of � g Y � p Y the foam when the surface is t uc y th geN ton de depressor or similar implement. ■ Tack -free state: The time e i he u p su ace of aterial can be touched by a tongue blade depressor or gloved fin er`w�but st, ■ Apply Twin Jet adhes' t the s s V- wheel* nt and substrate temperatures range between 40 °F to100°F(4°C- ` ■ Surfaces must be ted aft the Twin Jeesive reaches open/mate time, typically 3-5 minutes, but before the adhesive reat§A k-free state, usually 8-9 minutes. Coverage Rate Ci ■ Bead dispensed at 12" (305 mm) o.c. - up to 3500 ft2 (325 m2) per canister set • Bead dispensed at 6l, (152 mm) o.c. - up to 1750 ft2 (162.5 m2) per canister set ■ Bead dispensed at 4l, (102 mm) o.c. - up to 1167 ft2 (108.3 m2) per canister set ■ Spatter dispensed at 0.318 gal/sq. minimum - 2200 ft2 (204 m2) to 2350 ft2 (218 m2) per canister set. September 20, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 10 TIS 836A 3 H O L C I M i11E L E VAT E HolcimElevate.com Clean -Up Protect all surfaces in the immediate area of application from accidental contact Ath adhesive. Uncured foam may be cleaned off by using any commercially available polyurethane foam R%er. Storage . 0N • Store in original unopened containers between 61 OF 6 °C) d °F (32 ° it ready for use. ■ Do not store in direct sunlight. �` ■ Do not allow Twin Jet to freeze. ■ Store canisters with valves upright. Shelf Life Qj G � 16 months if stored in accordant he above recom n ions. Precautions V `V O ■ Refer to Safety Data She (SDS)ior ad fety in lion. ■ Personnel who are sensitivte/allergic t 'soc nate or pot ethane should not work with Twin Jet. • At the start and throug)jut eech wo create st samples with Twin Jet to verify proper mixing, set- up, and overall adhet' oo ►insula ' I�ubs4 ore proceeding. �O ■ Avoid contact w' Wear et glas s I1 side shields. ■ Avoid breathing vap rs. l Contained �ing Apparatus or Respirator should be used during limited ventilation periods. • ■ Avoid contact with s in. �ar gloves when dispensing. Wash hands thoroughly after handling. ■ Close canister valves w en not in use. ■ Do not sit or stand on cartons or canisters. ■ Do not expose product to open flame or temperatures above 100 OF (38 °C). ■ Canisters and contents must be brought to temperature between 70 OF (21 °C) - 90 OF (32 °C) for use. ■ Insulation boards shall not exceed 4' x 4' (1.2 m x 1.2 m). ■ Replace mix tip and extension tube after 30 minutes of non-use or if adhesive does not flow freely. ■ Keep canisters in upright position while dispensing adhesive. • Do not pull or lift canisters by the hoses. September 20, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 10 TIS 836A 4 H O L C I M i11 ELEVATE HolcimElevate.com Precautions Continued ■ Do not dispense adhesive in areas of spark, open flame, or other ignition sources. Do not smoke in areas where Twin Jet adhesive is being applied. ■ When using a full canister set, pull the trigger gradually until you reach the desired pressure. Pulling the trigger too aggressively could result in safety risk. ■ Do not transfer used hoses to a new canister set to prevent cross -contamination. Partially Used Canisters • Turn the valves on each canister to the OFF position. ■ Do not drain the chemical from the hoses. Slide the safety on the applicator gun into the LOCKED position. ■ Remove the old mix tip, but do not discard. Clean the end of the gun to e ur'(the ch ical exit ports are not obstructed. ■ Apply fresh lubricant to the black rubber 0-ring o un. Re-att * bold mix ' which, clogged with adhesive, will keep air and moisture out of the gun a hoses. ■ After every 7 days without use, dispense amou emica event crystallization from occurring in the hoses (no mix tip required f ■ Remaining contents must be dispensed e�t 1►r130 d he datial u ■ Do not transfer used hoses to a ne ter setvent c - onta i ! V Disposal �J ■ During product disposal, we ecomfl a de� eye at kin prote aintain proper ventilation. ■ Empty canisters completely of an nin pY p Y Y� g • Add oil absorbent to waste co7yents. f was 1 approved landfill. ■ Turn empty canister upsid d Mtn andj&n v lve com y to relieve the canister of pressure. V • Once pressure is coplo y eva ucat unch out the button on the shoulder of the canister using anon-ferro ZZL ■ Empty canisters cce sent a eta[ rec lP or an approved landfill. ■ Do not burn empty can's' pose in accordance with local, federal, and state regulations. LEED® Information Post -Consumer Recycled Content: 0% Post Industrial Recycled Content: 0% Manufacturing Location: Rockford, MN NOTE: LEED° is a registered trademark of the U.S. Green Building Council September 20, 2023 TIS 836A ��pSSlFj�o FM APPROVED C Q` us Sales: (800) 428-4442 1 Technical (800) 428-4511 5 n HOLCIM i11 ELEVATE HolcimElevate.com 1 1 Properties Test Method Typical Performance Base --- Part 1: Diisocyanate; Part 2: Polyol Color --- Part 1: Brown, Part 2: Red, Mixed Red Viscosity ASTM D2196 Part 1:160 - 240 cPs @ 77 °F (25 °C) Part 2:150 - 350 cPs @ 77 °F (25 °C) Density ASTM D1875 Part 1:10.0 -10.6 lb/gal (1.2 -1.27 kg/1); Part 2: 8.2 - 8.8 lb/gal (0.98 -1.05 kg/1) Specific Gravity --- Part 1:1.2 -1.27, Part 2: 0.98 -1.05 Weight of full canister --- Part 1: 49± 2 lb (22.2 ± 0.9 kg); Part 2: 45± 2 lb (20.4 ± 0.9 kg) Max Ratio (Part 1: Part 2) --- 1:1 by volume V.O.C. Content ASTM D2369 <25 grams/liter (0.21 lb/gal) Acceptable 1 Substrate TE My 4 Structural Concrete (New) New ed decks e a mi cure time. Structural Concrete (Existing) Positi adhesion es quired. Steel • teel de y requir ng to remove processing oils. Gypsum sitive a e ' n test re it Cementitious Wood Fiber Plank Positiv sion t t 'red. Existing Asphalt and Modified Bitumen Roofs (Mineral or Smooth Surfaced) P ' adhesio es requi#0111- V-ForceTM Vapor Barrier Membrane sitive s est req ' d Lightweight Concrete cce �ablle$lig-htweinrete substrates include cellular or air-e ncons htweight concrete substrates with ag ee (such or vermiculite) are not acceptable. Plywood / ' T6 mm inimum Coal Tar Pitch I aligs'itive aAtft test required. ISOGARD GL / ISO95+T1 GL, ISO A D / ar ISOGARD CG / RESISTATM, IS D, St wood fiberboard, Dens- oductWded,elevate Polystyrene, Extrude 1yrene, I , Wo Fiber brand insulations require a positive adhesion test. ` Not Acceptable Existing Single Ply Roofs Fiberglass Insulation Not Acceptable Perlite Insulation Not Acceptable Existing substrates containing residual asphalt must be cleaned and scraped as smoothly as possible. The substrate shall be smooth, flat, clean, dry, free of sharp fins, or foreign materials All perimeters, deck seams and all penetrations must be sealed to prevent air infiltration through the deck. Elevate recommends an expanding foam or similar product be used. Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. September 20, 2023 TIS 836A Sales: (800) 428-4442 1 Technical (800) 428-4511 Vn 6 HOLCIM SBS Cool Applied System Red Shield TM i11 ELEVATE Insulated Deck Warranty Term Up to 25 Years, 55 mph • ElevateTM Granule -Surfaced SBS Cap Sheet - ■ Elevate SBS Base Sheet ■ Asphalt Primer (ASTM D 41) - ■ Underlying Assembly: Cover Board (Required) - Mechanically Attached or Adhered _ ■ Insulation (Optional) - Mechanically Attached or Adhered ■ Appropriate Deck Consult Elevate Technical Specifications, Guides and Details at www.HoicimElevate.com Slope Requirement: O Positive slope required X>_ 1/4" (2.1 %) slope required for warranties >- 20 years Construction Type: 13 New Construction Xcomplete Tear -off O Recover (Any wet or damage remove r installation) Building Height Limitation: Adhered Systems are limited to buildings 250' (76.2 m) or less. C tact Holci eights than 250' (76.2 m). Air Barrier: An air barrier is recommended for projects with large w ings a an 10% otal wall area. Vapor Barrier: O V-ForceTM and Thermal Barrier O V-Force w/o T r l Barrie -6 mil Base Tie -Ins: dire Must be attached to substrates which provi a lnimu f 0 lbf (1 kN vra;p - Increased Wind Speed and Codes: ` Any wind speed coverage exceeding 88 km/h) or projec wi code req�ents must be reviewed by a Holcim Regional Technical Coordinator. ♦� Deck Requirement: Minimum 1/2" (13 mm) Plywood O l um 1 mm) 0 Minimum 1" (25 mm) Wood Plank O Minimum 2" (51 mm) Poured Gypsum inimu 2' m) Ce rrC�ous Wood Fiber O Minimum 22 Gauge Steel Mini um 50 psi Structural Concrete, min. 3" (76 mm) thick . -4 Insulation Fasteners and Plate (Bas n appl to deckAoa O Heavy Duty Fasters and Insulaft Plates ail arstener (with HailGard Composite Board or OSB only) O Concrete Drive Fastener and Insulation P Polytener and Insulation Plates All Purpose Fasters an In u ation Fla m 20- y) Insulation Adhesive*: O I.S.O. Twin PackTM O I.S.O.9iprayR O I.S. .StickTI 7,Twin Jet D3� pe III Or IV asphalt (Type IV required for warranties?20years) ♦ �y O Full mopping of approved Arn-ttietIci *NOTE: Max. 4' x 4' boards must be used whii� insulation with adhesives. Cleaning of the metal deck may be required to remove processing oils. Base layer of insulation to be mechanically attached to steel deck for war25-years. Insulation Adhesive Attachme Max.15 Year Warranty: 20 Year Warranty: 25 Year Warranty: O Bead Spacing: F:12", P:12", C:12" XBead Spacing: F:12", P: 6", C: 6" O Bead Spacing: F:12", P: 6", C: 4" O Full Coverage O Full Coverage (Req. direct to Steel) Membrane Attachment: O Self -Adhered XElevate MB Multi -Purpose Cold Adhesive O Hybrid Surfacing: XSBS Granule -Surfaced Cap Sheet O SBS Granule -Surfaced Cap Sheet coated with AcryliTopT" PC-100 NOTE: An UltraWhite`M cap sheet or AcryliTop PC-100 Coating is required for a 25-year Red Shield- Warranty. Wait 6 months before installing AcryliTop when Elevate MB Multi -Purpose Cold Adhesive is used. August 24, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 IN QS-SBS-540 1 H O L C I M Edge Metal System O Elevate Factory Formed Edge Metal Fascia or Coping System O Elevate Cleat Program* *Max warranty 20-years and available to contractors enrolled in the Elevate Cleat Program Attachment StandardSubstrate Rates for .. Board) Thickness Substrate Material Minimum Fasteners 01.0" -1.4" RISOGARD GL / ISO 95, GL or 0 ISOGARD CG / Resista 16 01.51, -1.91, 12 0 2.0" - 4.0" 8 O 1.5" -1.91, 0 ISOGARD HG / HailGard Composite / O OSB / 0 Plywood (Plate and Fastener) 12 13 2.0" - 4.0" 8 O ISOGARD HG / HailGard Composite / OSB / Plywood (HailGard Fastener) 16 O ISOGARD HD Composite 12 O ISOGARD HD Cover Board 12 O 1/4" O SECUROCK@ Brand Gypsum -Fiber Roof Board NOTE: Required when torch -applying base sheet 10 O 1/2„ 8 O 5/8" 01/4" ensDeck® Prime Roof Board GE: Required when torch -applying base sheet 12 01/2" 8 0 5/8" 8 O 5/8" DensDeck Prime StormX' Roof Board NOTE: Required when torch -applying ba s et 8 O 1/2" Structodek® High Density Wood Fiber Board (<_ 20-year warranty) 16 • •JIL Warranty Fully Adhered Cool Base Sheet Fully Adhered gs (Years) Cool Cap Sheet d (Ap itevate M Nu -Purpose Flashing Cement) 5-10 O MB Base +` 0 0 fully ad S granule -surfaced cap sheet O Any Base Sheet Below 0 SBS Cap O SBS FIR O SBS Base es Con ' SBS Poly Base O SBS a ply o a ered S base sheet, AND 15 - 20 O SBS Premium Base O SBS Premium Poly Base O S ss FIR O S emium One ply adhered ranule-surfaced cap sheet, OR Xone p f ly ad e etal Flash AL, OR O SBS Smooth rem O r ne r o Part Liquid Flashing O BASEGARD'"" SA Base Sheet O SBS Poly Base on ' tin 0 SBS Premium Base ium25 O e ply of fu hered 25-year eligible SBS base sheet, AND O SBS Premium Poly Base ri9fum FIR O One ply o ered SBS UltraWhite'" cap sheet, OR 0SBS Smooth asrem One ply o al adhered SBS Metal Flash AL, OR O BASEGARD" SA Base Sheet O Ultr la wo-Part Liquid Flashing NOTE: 1. Only Elevate brand products are covered d Shield r 2. Refer to the Elevate Technical Datab e t Holci Ele e.com for information regarding appropriate Roof Systems. 3. DensDeck is a registered trademark o G r is-Paci 'ypsu LLC, SEC is a registered trademark of USG Corporation, and Structodek is a registered trademark of Blue Vge F rboard, 4. It is the installing contractor's rjes ility to f Io licabl codes. 5. Contact Holcim Technical full warra ire en 6. Thermal barrier required g V-Forc er Steel c o Insured or FM Specified projects. 7. AP Fasteners are approve r se on W od ks. Steel eck pplications are limited to 15-year warranty coverage. 8. Membrane may not be adher d direkOGARD HD or ARID CG with Hot Asphalt. 9. It is not recommended to encapsuia eck in hot asphalt. When mopping to DensDeck, the MAXIMUM hot asphalt temperature is 450 °F (232 °C). 10. BASEGARD SA Base Sheet ust b plied over SA Primer or heat activated. 11. Wood walls require a mechani stened MB Base Sheet beneath the flashing assembly. 12. SBS Systems adhered in Elevate B Multi -Purpose Cold adhesive must cure for a minimum of 30 days before a 3rd ply or 6 months before the Acrylitop System is applied. Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. August 24, 2023 QS-SBS-540 Sales: (800) 428-4442 1 Technical (800) 428-4511 n HOLCIM i11 ELEVATE HolcimElevate.com Image Coming Soon Description Multi -Purpose MB Flashing Cement Item Description Item Number 4.75 Gallon (17 Q Pail W70RACMFC5P Meets or exceeds performance requirements of ASTM D 4586, Type i Elevate Multi -Purpose MB Flashing Cement performance additives designed to meet Elevate Multi -Purpose MB Flashing Ce W ay be SBS cap sheets and APP Cool cap s Elev� adhesive in two-ply SBS or APP o t S. ded with fibers and selected V for vertical applications. %baked base sheets, Elevate Nment may be used as a lap Method of Application 1. Elevate Multi -Purpose MB Flashir ment appli d �' en the ambient temperature is above c 40 °F (4 °C) and rising if the eA Is at a ture of 0 °F (15 to 27 °C) just prior to Installation. 2. Substrates to which Elev I u i-Purpo Fla hi ent will be applied must be clean, dry, and free of sharp objects, for g ateri oil, ease, a�taminants. 3. Elevate Multi -Purpose Fl shing t can be pplied over suitable substrates with a suitable trowel. 4. Do not apply Elevat I ai ti-Pur8 Flash ment to wood fiber insulation, except Structodek® High Density Fib4 rkNJ Roof Ion. 5. Elevate Multi-Pul MB Ft shi CemeCjprl vides superior adhesion when applied in a continuous layer on both the substrate an IN back. 6. For best results, app by rolling the membrane into the MB Flashing Cement for full adhesion. 7. Cover all container tig when not in use to prevent spills and thickening of the adhesive from solvent loss. Acceptable Immediate Substrates for Cold Adhesive Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer) ■ Plywood ■ Approved Elevate base sheet ■ Existing Smooth Surface BUR or Modified Bitumen (must be clean, smooth, and primed with ASTM D-41 primer) ■ DensDeck® Prime, SECUROCK Gypsum Fiber, STRUCTODEK® HD ■ Elevate ISO 95+TM GL / ISOGARDTM GL, ISOGARD HD Composite or Cover Board, RESISTATM / ISOGARD CG NOTE: Please consult the appropriate Design Guide and QuickSpecs online at www.HolcimE[evate.com to review specific information regarding the type of deck and insulation in use. August 29, 2023 TIS 814 Sales: (800) 428-4442 Technical (800) 428-4511 n HOLCIM i11ELEVATE HolcimElevate.com Storage • Store unopened containers at room temperature 60 to 80 °F (15 to 27 °C). ■ Elevate Multi -Purpose MB Flashing Cement that has been stored for an extended period of time in unopened pails may separate (e.g. the solids will settle to the bottom of the pail). Settling does not render the product unusable, as the solids can be stirred back into the mix, and the adhesive will function as intended. Coverage Rate Apply Elevate Multi -Purpose MB Flashing Cement at a rate of 2.0 to 3.0 gal per 100 ft2 (0.8 to 1.2 L/m2) per surface. NOTE: Each pail has a volume of 4.75 gal (18 L), therefore one pail covers 158 to 237 ft2 (14.7 to 22.0 m2) on one surface. Shelf Life A shelf life of two (2) years can be expected if Elevate Mu urpose M ng Ce stored in the original sealed container at temperatures between 60 and 80 'FY57and 27,0 or opt' results, rotate stock to ensure stored material has not exceeded the shelf.l; of t7vo (2) e Precautions a►�,� • Refer to Safety Data Sheets (SDS) for tional s lfiforma v ■ WARNING! COMBUSTIBLE! Kee fro i�nd othe es during storage and use. Always keep adequate fire ext I ing a ip en t n r n�rea of NI�QIt�IPurpose MB Flashing Cement application. � ■ Avoid skin contact with MultiurP INV shin ent an a Y s work in well ventilated areas with � proper clothing and safety equipme .O ■ Prevent fumes from enterin op air equip ■ DO NOT THIN Elevate Multl- ose [as ing Cem 1 . • DO NOT use Elevatell,/1 tI urpo shing nt with wood fiber insulation, except Structodek High Density Flberbonsul �` LEED® Information :`�� Post -Consumer Recycled on �p 0% Post Industrial Recycled on 0% Manufacturing Location: Kimberton, PA or Indianapolis, IN NOTE: LEED° is a registered trademark of the U.S. Green Building Council August 29, 2023 TIS 814 APPROVED C Q0us Sales: (800) 428-4442 1 Technical (800) 428-4511 n HOLCIM 2 i11 ELEVATE HolcimElevate.com Properties ASTM Standard Required Value Elevate Typical Performance Water content, max 3% <_ 1.0% Nonvolatile content, min 70% >_ 85% Mineral and/or other stabilizers 15% - 40% 31% Strength of lap at indicated age, --- 35.0 lbf/in (6.0 kN/m) min, width at 34 h Asphalt by weight --- 45% V.O.C. Content --- < 300 g/L Viscosity at 77 °F (23 °C) "- 0,000 cps (20 Pa-s) Density "- 9.1 lb/gal 09 kg/L) Specific Gravity --- 1 Solvent --- rd Solvents Solids 76.2% Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. August 29, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 TIS814 3� HOLCIM i11 ELEVATE HolcimElevate.com Image Coming Soon Multi -Purpose MB Cold Adhesive Item Description Item Number 4.75 Gallon (18 Q Pail W70RACMCA5P 55 Gallon (208 Q Drum W70RACMCADP 275 Gallon (1,041 Q Tote ' W70RACMCAT Meets or exceeds performance requirements ofAS 3 9 Type l{� Description Elevate Multi -Purpose MB Cold Adhesive of ists o sphalt x wi non -asbestos fibers and performance additives designed to meet eslon c eristic n ssary f�rr rizontal applications of select Elevate Base Sheets, Cap Sheet a as adhesive �i S P Cool Systems. V Method of Application � k 1. Store Elevate Multi-Purpos MB of dhesiv 0 to (15 to 27 °C). If exposed to lower temperatures, restore to room tem ture be o e.► G 2. Apply Elevate Multi-Purp Iv old Awhen afNbient temperature is above 40 °F (4 'Qand rising. ✓✓✓✓ 3. Substrate to which*El Mutt' P �e MB �dhesive is to be applied must be clean, dry, and free of sharpobjects at �reaeSia`ei1r►c�ntaminants. J � ,g , 4. Apply over suitabb Ibstrat s wl h a'/4" (6.5 r4m) notched neoprene squeegee or airless sprayer. 5. Do not apply Elevate �;'��► pose MB Cold Adhesive to wood fiber insulation, except Structodek High DensityFiberboardc0i �lation. 6. For superior adhesion, apply in a continuous layer approximately'/8" (3 mm) thick. 7. For best results, roofing sheets should be laid in place while the adhesive has a shiny appearance. Apply pressure by rolling the membrane into the Elevate Multi -Purpose MB Cold Adhesive for full adhesion. 8. Cover all containers tightly when not in use to prevent spills and thickening of the adhesive. NOTE: Adhesive in unopened drums may separate (the solids will settle to the bottom of the pail). Settling does not render the product unusable, as the solids can be stirred back into the mix using a mechanical mixer, such as a Jiffy Mixer (http://www.jiffymixer.com/product/ps-2/), and the adhesive will function as intended. September 29, 2022 TIS 815 Sales: (800) 428-4442 1 Technical (800) 428-4511 HOLCIM i11 ELEVATE HolcimElevate.com Storage ■ Store unopened Elevate Multi -Purpose MB Cold Adhesive at room temperature 60 to 80 °F (15 to 27 °C). Adhesive in unopened pails may separate (the solids will settle to the bottom of the pail). Settling does not render the product unusable, as the solids can be stirred back into the mix, and the adhesive will function as intended. ■ Rotate adhesive stock to ensure stored material will not go beyond the shelf life of two years. Coverage Rate Apply Multi -Purpose MB Cold adhesive at a rate of 1.5 - 2.0 gal per 100 ft2 (0.6 - 0.8 L per m2). NOTE: Each pail has a volume of 4.75 gal (18 L), therefore one pail covers 237 - 316 ft2 (22.0 - 29.4 m2). Shelf Life A shelf life of two years can be expected if Elevate Multi -Purpose MSC hesiv ' t ed in the original sealed container at temperatures between 60 to 80 °F (1 27 °C). Precautions G ■ Refer to Safety Data Sheets SDS for addi ' afet i �,�ation. ■ WARNING! COMBUSTIBLE! Keep away f ire and sourc 1itio uring storage. Always keep adequate fire -extinguishing equipme r any o Multi- e MBCI&dhesive application. ■ Avoid skin contact and always 1p/well- ent' d ar �t I op hl�ng and safety equipment. ■ Prevent fumes from enteri �op air han g e ip nt. • DO NOT THIN Elevate Multl-Pl.Irposg IE1BICoN Adh V ■ DO NOT use Elevate Multi-Pu Density Fiberboard Roof Insul LEED° Information Post -Consumer RecvcJO Post Industrial Recycle Manufacturing Location: NOTE: LEED° is a registered September 29, 2022 TIS 815 re with o fiber insulation, except Structodek High Kimberton, PA or Indianapolis, IN rk of the U.S. Green Building Council ��pSSlFj�o FM APPROVED C QL us Sales: (800) 428-4442 1 Technical (800) 428-4511 1 HOLCIM 2 i11 ELEVATE HolcimElevate.com Properties Water, volume of original sample, max. Solubility in trichloroethylene, min. Strength of the lap at indicated age, min. width at 24 h ASTM Standard Required Value 5 2.5% 80% 17.0 lbf/in (3.0 kN/m) Elevate Typical Performance 5 1.0% i 80% 35.0lbf/in (6.0 kN/m) Typical Properties , Nonvolatile matter, min. 50% >_ 80% Asphalt, min. 40 % 0% V.O.C. content --- g/L Viscosity @ 77 OF (23'Q - ` 0,000 cP Density --- N 0 lb/gal (1.1 kg/L) Specific Gravity NXV--- 1.14 Flash Point --- 115 OF (46 °C) Solvent toddard Solvents Solids, min. - >_ 82% Pliability @ 32 OF (0'C) --- Pass (7!�4p V-% N-.Or -10 ry Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. September 29, 2022 Sales: (800) 428-4442 Technical (800) 428-4511 TIS 815 3 n HOLCIM Firestone, the brand of premier roofing, wall, and lining systems you know and trust, will be coming to you under a new name: Elevate. During our transition, products carrying the brand name Firestone will change to Elevate on product labels and packaging, Technical Information Sheets, and elsewhere. Only the brand name is changing. Our products remain the same. I For further information on our brand transition to Elevate, scant d belovki your om smartphone, or visit our website: www.holcimelevatV V n_ G ba Poo i11 ELEVATE HolcimElevate.com r'Pllulosic ass ;inforced icer Foam Core Description Elevate ISO 95+ GL flat and tapered roof glass reinforced mat facer on both maj thermal performance on commercia eliminate ponding water when ta6Lr I ISO 95+1en OL Insulation Item Description [at and Tapered Polyiso Boards Flat Boards: 4'x4'(1.22mx1.22m),4'x8'(1.22mx2.44m) Tapered Boards: 4' x 4' (1.22 m x 1.22 m) Slope Range: 1/16" per foot (.5%) to Y" per foot (4%) Thickness Range: 0.5" (12.7 mm) to 4.5" (114.3 mm) Other options available include: 4' x 7'4" (1.22 m x 2.25 m). Export cut for international shipments and scored ISO for met et its. fleets or exceeds performance requirement o M C 12 e I, Class 1 iIn In consi a close olyiso core laminated to a black ces. Fl taper 95+ • tion provides outstanding g a141is s, v in i e rooftop drainage to help 5+ GL I ation All Elevate polyisocyanurate foamml sula o s s EPA a a HCFC-free blowing agent that does not ute took I Method of Application 4 1. Insulation shall be neatl ted�Co all r �etratic y 2. No more insulation shy e , stalle an b@,c 4 each day's work o the on ncle t 3. Elevate ISO 95+ GL d may e talled u ng: ■ Elevate fasteners and 0hts. Elevate ISO 95+ GL incorporates ozone layer (ODP-free). o7ections and nailers. with membrane and completed before the end of NOTE: For ballasted sy ♦ e op layer of Elevate insulation may not be mechanically attached. ■ Hot asphalt (requi s a ZRver board, when a hot asphalt or torch applied base sheet is installed) ■ Elevate approved i tion adhesives o I.S.O. Twin PackT. o I.S.O.StickTM o Twin Jet o I.S.O. Spray"' R September 21, 2023 TIS 901A Sales: (800) 428-4442 Technical (800) 428-4511 1 Vn HOLCIM i11 ELEVATE HolcimElevate.com Acceptable Immediate Substrates ■ 2,500 psi Structural concrete (must be clean, dry, and properly cured) • Steel deck (min 22 ga) ■ Plywood and OSB (min Y ") ■ Lightweight concrete ■ Gypsum deck (min 2") NOTE: Please consult the Design Guides and QuickSpecs online at www.ho[cimetevate.com to review specific information regarding the assembly. Storage ■ Keep insulation dry at all times. ■ Elevate insulation above the deck or ground. ■ Cover insulation with waterproof tarps. Precautions Polyiso foam will burn if exposed to a fla •�Slafficie aYand int eep away from heat, sparks, and open flames. Protect against dust that may be ged dur* allatiol . Refer to Safety Data Sheet (S addi onai orn^l� ■ Take care when transpo Specification Compliance ASTM C1289, Type 11, Class 1 UL Classified _ UL1256 FM Class 1 Approved Manufactured in an IS g CAN/ULC-S704, Type 1,03 KI Nion to avL �ej G� GJ' F� LEED®Information •��'� MIAMI•DADE 4 See Recycled Content in Ty)[ Properties table. Manufacturing Locations: Corsicana, TX Jacksonville, FL NOTE: Miami Dade Classified polyiso is only produced in the Jacksonville, FL facility. *NOTE: LEEDO is a registered trademark of the U.S. Green Building Council. NOTE: LEEDO is a registered trademark of the U.S. Green Building Council September 21, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 TIS 901A 2 �physical damage. PI •,Mark" The Cen;Axd UN -value CCMC EVALUATION 13274-L Vn HOLCIM i11 ELEVATE HolcimElevate.com TypicalProperties Property = 1• Type ASTM Test Method Elevate Typical Performance Compressive Strength Density D1621 D1622 Grade 2: 20 psi (138 kPa)Grade 3: 25 psi (172 kPa) 2 pcf (32 kg/m3) Dimensional Stability D2126 <2% Moisture Vapor Transmission E96 <1 perm (<57.5 ng/(Pa•s•m2)) Water Absorption C209 <1% by volume Service Temperature --- -100 to 250'F (-73 to 121 'C) Flame Spread E84 Index 50 Smoke Development E84 Index 160 -180 25psi (172kPa) available upon request. dft Product Information Thickness" R-Valu Max Flute Span inches m mm Ap ate Recycl t Post-CogIIIJEWost n4119t I Tot 0.5 12.70 2.9 1.50 38.10 66.67 % ♦446. Ahl 1 67 1.0 25.40 5.7 2.62 1.1 27.94 6.3 2.62 66.67 0 o 1.2 30.48 6.8 2.62 66.67 % 15% 9% 1.3 33.02 7.4 3.67 93.34 0 r& 32% 15% 7% 1.4 35.56 8.0 30% 15% 45% 1.5 38.10 8.6 29°/ 1 44 1.6 40.64 9.1 1 1.7 43.18 9.7 X4.372 o 1 1.75 44.45 10.0 0 /01.8 45.72 10.3 % 15% % 1.9 48.26 10.8 24% 15% 9% 2.0 50.80 11.4 24% 15% 39% 2.1 53.34 12.0 4k7 &1 .12 224 15 37% 2.2 55.88 12.6 4.37 2 21 ° 36% 2.25 57.15 12.9 4.37 15 36% 2.3 58.42 13.2 4 111.12 o 36% 2.4 60.96 13.8 4. 7 111.12 0% 5% 35% 2.5 63.50 14.4 7 111. 20% 15% 35% 2.6 66.04 15.0 11 19% 15% 34% 2.7 68.58 15.6 1 18% 15% 33% 2.75 69.85 15 4.37 11 &1 15% 33% 2.8 71.12 16 4.37 1 °o 15% 33% 2.9 73.66 Irl 4.3 1.12 15% 32% 3.0 76.20 X.4.1 4.37 111.12 111 % 15% 32% 3.1 78.74 1w 4. 7 111.12 16% 15% 31% 3.2 81.28 18.6 111.12 16% 15% 31% 3.25 82.55 18.9 3 111.12 16% 15% 31% 3.3 83.82 19. 4.37 111.12 16% 15% 31% 3.4 86.36 19.% 1 4.37 111.12 15% 15% 30% 3.5 88.90 20.5 4.37 111.12 15% 15% 30% 3.6 91.44 21.1 4.37 111.12 14% 15% 29% 3.7 93.98 21.7 4.37 111,12 14% 15% 29% 3.75 95.25 22.0 4.37 111.12 14% 15% 29% 3.8 96.52 22.3 4.37 111.12 14% 15% 29% 3.9 99.06 23.0 4.37 111.12 14% 15% 29% 4.0 101.60 23.6 4.50 114.30 14% 15% 29% 4.1 104.14 24.2 4.50 114.30 13% 15% 28% 4.2 106.58 24.9 4.50 114.30 13% 15% 28% 4.25 107.95 25.2 4.50 114.30 13% 15% 28% 4.3 109.22 25.5 4.50 114.30 13% 15% 28% 4.4 111.76 26.1 4.50 114.30 13% 15% 28% 4.5 114.3 26.8 4.50 114.30 13% 15% 28% Other thicknesses available upon request R- values provide a 15-year time -weighted average in accordance with CAN/ULC-S770 September 21, 2023 TIS 901A Sales: (800) 428-4442 1 Technical (800) 428-4511 Vn HOLCIM i11 ELEVATE HolcimElevate.com Tapered Panel Code (available Min -Max Thickness Inches mm Slop AA 0.5-1.0 13-25 Y"/ft 1% A 1.0-1.5 25-38 Y"/ft 1% B 1.5-2.0 38-51 Y"/ft 1% C 2.5-2.5 51-64 Y"/ft 1% G 1.0-2.0 25-51 Y"/ft 2% H 2.0 - 3.0 51 - 76 Y"/ft 2% 1 3.0-4.0 76-102 Y"/ft 2% X 0.5-1.5 13-38 Y"/ft 2% Y 1.5 - 2.5 38 - 64 Y"/ft 2% Z 2.5 - 3.5 64 - 89 Y"/ft 2% Q 0.5-2.5 13-64 Y"/ft % 2.5" 2" 0.5" ZFlI 1/8"/ft. Tapered Section 112' Ta �Iftion &"/ft Tap '144 Please contact Holcim Technical Services at 800-428-4511 for further information. on 1/4"/ft. Tapered Section This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. September 21, 2023 Sales: (800) 428-4442 1 Technical (800) 428-4511 TIS901A 4 qj HOLCIM Georgia-Pacific DensDeck° Prime Roof Board With E ON I CT" TECHNOLOGY Manufacturer Georgia-Pacific Gypsum Georgia-Pacific Canada 133 Peachtree Street 2180 Meadowvale Boulevard, Suite 200 Atlanta, GA 30303 Mississauga, ON L5N 5S3 Technical Service Hotline:1-800-225-6119 Description DensDeck® Prime Roof Board has been enhanced to provide a broader compatibility and higher performance with roofing adhesives. Face mat enhancements allow adhesives to be applied more uniformly and consistently. In adhered, single ply membrane testing, enhanced DensDeck Prime demonstrated an average of 24% better bond than the original products, when using solvent based adhesives. (Average based on 60 sq.ft./gal coverage rates.)* Choose DensDeck Prime Roof Boards for adhered and self -adhered "peel & stick" roofing systems, as well as hot mopped, cold mastic and torch -applied modified bitumen roofs. Enhanced DensDeck Prime Roof Boards create a stronger and more economical installation by reducing the amounts of mastic or adhesive used and potentially eliminates the field primer. Consult with membrane manufacturer for actual priming requirements. DensDeck Prime Roof Boards are the first and only fiberglass mat gypsum roof boards with a 90-day weather exposure limited warranty when applied vertically on a parapet wall.** (Limited to 1/2" and 5/8" products only.) Primary Uses Roof system manufacturers and designers have found DensDeck Prime Roof to be compatible with many types of roofing systems, including: modified,,Zil single -ply, metal systems, recover board, as well as an overlayment for TM urate and polystyrene insulation. DensDeck Prime Roof Board can alsg6 i a form board for poured gypsum concrete deck in roof applications VIV Technical Service Hotline 1.800.225.6119 or www.densdeck.com Confirm any priming requirements with the membrane manufacturer. When applying solvent -based adhesives or primers, allow sufficient time for the solvent to flash off to avoid damage to roofing components. DensDeck Prime Roof Boards should not be subjected to abnormal or excessive loads or foot traffic, such as, but not limited to, use on plaza decks or under steel -wheeled equipment that may fracture or damage the panels. Provide suitable roofing system protection when required. When using DensDeck Prime Roof Boards for hot -mopped applications, Georgia-Pacific recommends maximum asphalt application temperatures of 425°F (218°C) to 450°F (232°C). Application temperatures above these recommended temperatures may adversely affect roof system performance. Consult and follow the roofing system manufacturer's specifications for full mopping applications and temperature requirements. When using DensDeck Prime Roof Board as a substrate for torch applications, ensure that the product is dry and that the proper torching technique is used. Limit the heat to the DensDeck Prime Roof Board. Maintain a majority of the torch flame directly on the roll. Conditions beyond the control of Geola-Pacific, V as weather conditions, dew, leaks, application temperat d techniques use adverse effects with roofing systems. Handling and .. nnr . roduct con s d fi ow nbers pro ce ri ause skin, res F ' mize coAl h skin a substrate for spray foam roofing systems. 1/2" (12.7 mm) and 5 54mm) DensDeck Prime Roof Board may also be used in vertical ap 'c as a backeoi board or liner for the roof side of parapet walls. DensDeck Prime Roof Board may allow the bonding o tic modif jbituen and torching directly to the surface. Consult w m manufact recommendations on this application. DensDeck Prime Roof Board is the preferred subst to for v o et r s� Standards and Code Approvals C DensDeck Prime Roof Boards are manufactured to m t AS 1 77 an v he following approvals: • Florida Product Approved • Miami -Dade County Product Control Approv Recommendations and Limitations DensDeck Prime Roof Boards are masuf tur to act wi designgd system following good roofing pr e . ctual u of k Pri Board as a roofing component a or assem s the respons' ility o roofing system's desi( ty.1111i with the prop to system ufa rer and/or design authority for system and asse ifications and instruc s on applying other products to DensDeck Prime* oa Georgia-Pacific does not warrant and is not responsible for any s em se blies utilizing DensDeck Prime Roof Board or any component in such stem or assemblies other than DensDeck Prime Roof Board. The need for a separator sheet between the DensDeck Prime Roof Board and the roofing membrane must be determined by the roof membrane manufacturer or roofing system designer. * Testing was done in accordance with FM approvals 4470, Appendix C: Small Scale Tests, Membrane Delamination Tests for Roofing Membranes and Substrates Using Tensile Loading. For complete warranty details, visit www.DensDeck.com. (Limited to 1/2" and 5/8" products only.) Submittal Approvals Job Name Contractor Date class fac' T46iCh may cause skin irritation. Dust the g d installation of the product may to station. Avoid breathing dust and mini - ear long sleeve shirts, long pants and eye i uate ventilation. Use a dust mask or NIOSH/ appropriate in dusty or poorly ventilated areas. Iris her components used in roofing sure to moisture before, during and 'plastic kagirl/Ffi all DensDeck Prime Roof Board immediately �ceipt of deliv allure to remove the plastic packaging may result in P ent of co at or moisture. DensDeck Prime Roof Board stored outside be stored n off the ground and protected by a breathable waterproof Ina. Pro t n ns for air circulation around and under stored bundles of DensDe slim oof Board. DensDeck Prime Roof Board must be covered the same day as e . cation of DensDeck Prime Roof Boards during rain, heavy fog and any eon ditions that may deposit moisture on the surface, and avoid the overuse of ned, direct -fired heaters during winter months. When roofing systems are installed on new poured concrete or light weight concrete decks or when re -roofing over an existing concrete deck, a vapor barrier should be installed above the concrete to retard the migration of water from the concrete into the roof assembly. Always consult the roofing system manufacturer or design authority for specific instructions for applying other products to DensDeck Prime Roof Boards. Moisture vapor movement by convection must be eliminated, and the flow of water by gravity through imperfections in the roof system must be controlled. After a leak has occurred, no condensation on the upper surface of the system should be tolerated, and the water introduced by the leak must be dissipated to the building interior in a minimum amount of time. Although DensDeck Prime Roof Boards are engineered with fiberglass facings and high density gypsum cores, the presence of free moisture can have a detrimental effect on the performance of the product and the installation of roofing membranes. For example, hot asphalt applications can blister; torched modified bitumen may not properly bond; and adhesives for single ply membranes may not dry properly. continued—> Stamps / Signatures Georgia-Pacific DensDeck® Technical Service Hotline 1.800.225.6119 or Prime Roof Board w�EONIC- www.densdeck.comENNE Moisture accumulation may also significantly decrease wind uplift and vertical pull resistance in the system or assembly. DensDeck® Prime Roof Boards containing excessive free moisture content may need to be evaluated for structural stability to assure wind uplift performance. Fire Resistance Classifications DensDeck Prime Roof Boards are excellent fire barriers over combustible and noncombustible roof decks, including steel decks. UL 790 Classification. DensDeck Prime Roof Boards have been classified by Underwriters Laboratories LLC (UL) for use as a fire barrier over combustible and noncombustible decks in accordance with the ANSI/UL 790 test standard. The UL classification includes a comprehensive Class A, B or C rating. For additional information concerning the UL 790 classification, consult the UL Certification Directory. UL 1256 Classification. DensDeck Prime Roof Boards have also been classified by UL in roof deck constructions for internal (under deck) fire exposure in accordance with the ANSI/UL 1256 Steiner Tunnel test. For additional information concerning the UL 1256 classification, consult the UL Certification Directory. FM Class 1 Approvals. DensDeck Prime Roof Boards are included in numerous roofing assemblies with a Factory Mutual (FM) Class 1 fire rating. 1/4" (6.4 mm) DensDeck Prime Roof Boards have passed testing under the FM Calorimeter Standard 4450 Physical Properties and have been approved by FM as such for insulated steel deck roofs when installed according to the conditions identified by FM. For more information concerning FM Approvals and FM Class 1 assemblies with DensDeck Prime Roof Boards, consult FM or RoofNav®. Type X. 5/8" (15.9 mm) DensDeck' Prime Fireguard° Roof Boards are manufactured to meet the "Type X" requirements of ASTM C1177 for increased fire resistance beyond regular gypsum board. UL Fire Resistance Ratings. 5/8" (15.9 mm) DensDeck Prime Fireguard Roof Boards are designated as Type DO by UL and included in assembly designs investigated by UL for hourly fire resistance ratings. 5/8" (15.9 mm) DensDeck Prime Fireguard Roof Boards may also replace any unclassified 5/8" (15.9 mm) gypsum board in an assembly in the UL Fire Resistance Directory under the prefix "P". Flame Spread and Smoke Developed. When tested in accordance with ASTM E84, DensDeck Prime Roof Boards had Flame Spread 0, Smoke Developed 0. Wind Uplift DensDeck Prime Roof Boards are included in numerous assemblies evaluated by FM or other independent laboratorie�*r wind uplift performance. For information concerning such assemblies, se visit www.ro v.com. rr Thickness, nominal 1/4" (6.4 mm)± 1/16" (6 mm 17r7 )± 1/32" ► 5/8" (15.9 mm)± 1/32" (.8 mm) Width, standard 4' 0219 mm)+ 21 m)± 1/8" ( 4' (1219 mm)± 1/8" (3 mm) Length, standard 4' 0219 mm) 8' (2438 + .4 mm) ' (1 9 mm) and 2438 mm mm) 4' (1219 mm) and 8' (2438 mm)± 1/4" (6.4 mm) Weight, nominal, lbs./sq. ft. (Kg/m2) 1.2(5.9 2.0 (9.8) 2.5 (12.2) Surfacing Fiber with n-a is coating Fiber ith no - al coatin Fiberglass mat with non -asphaltic coating Flexural Strength', parallel, Ibf. min. (N) 0 J 78) 6 z100 (444) Flute Spanabilityz (66.7 m I mm) 8" (203 mm) Permeance', Perms (ng/Pa•S•ml) 30 (>1710) >23 (>I300) >17 (>970) R Value', ft'-'F•hr/BTU (mz•K/W) 28 .56 .67 Linear Variation with Change in Temp., in/in °F (mm/mm/C°) 8& Y15.3x101 .3 x 10-1) 8.5 x 10-1 (15.3 x 10-6) Linear Variation with Change in Moisture x 10-s s 01.0 6.25 x 10-6 Water Absorptions, % max 5 Compressive Strengths, psi nominal 900 900 Surface Water Absorption, grams, nomin 1.0 1.0 Flame Spread, Smoke Developed (A M 0/ 0/0 0/0 Bending Radius X1 4Vmm) • 6' 0829 mm) 8' (2438 mm) 1. Tested in accordance with AST�t�iod B. 4`Tested iQaccor� with ASTM C518 (heat flow meter). 2. Tested in accordance with ASTM 5. SpecifherASTMC1177. 3. Tested in accordance with ASTM E9 (dry cu 6. Tested ice with ASTM C473. Georgia-Pacific Gypsum U.S.A. Georgia-Pacific Gypsum LLC Georgia-Pacific Gypsum II LLC Canada Georgia-Pacific Canada LP SALES INFORMATION AND ORDER PLACEMENT U.S.A. West: 1-800-824-7503 Midwest: 1-800-876-4746 South Central: 1-800-231-6060 Southeast: 1-800-327-2344 Northeast: 1-800-947-4497 CANADA Canada Toll Free:1-800-387-6823 Quebec Toll Free:1-800-361-0486 TECHNICAL INFORMATION U.S.A. and Canada: 1-800-225-6119, www.gpgypsum.com TRADEMARKS DENSDECK, FIREGUARD, EONIC and the GEORGIA-PACIFIC logo are trademarks owned by or licensed to Georgia-Pacific Gypsum LLC. ROOFNAV is a registered mark of FM Global. WARRANTIES, REMEDIES AND TERMS OF SALE For current warranty information for this product, please go to www.gpgypsum.com and select the product for warranty information. All sales of this product by Georgia-Pacific are subject to our Terms of Sale available at www.gpgypsum.com. UPDATES AND CURRENT INFORMATION The information in this document may change without notice. Visit our website at www.gpgypsum.com for updates and current information. CAUTION For product fire, safety and use information, go to www.buildgp.com/safetyinfo or call 1-800-225-6119. FIRE SAFETY CAUTION Passing a fire test in a controlled laboratory setting and/or certifying or labeling a product as having a one -hour, two-hour, or any other fire resistance or protection rating and, therefore, as acceptable for use in certain fire rated assemblies/systems, does not mean that either a particular assembly/system incorporating the product, or any given piece of the product itself, will necessarily provide one -hour fire resistance, two-hour fire resistance, or any other specified fire resistance or protection in an actual fire. In the event of an actual fire, you should immediately take any and all actions necessary for your safety and the safety of others without regard for any fire rating of any product or assembly/system. ©2019 Georgia-Pacific Gypsum LLC. All rights reserved. 2/19. GP -TM Lit. Item #102169. SUBSTITUTION REQUEST FORM (PRE -BID) SEND TO: AMANDA BEILFUSS SR. PURCHACING AGENT CITY OF FAYETTEVILLE 113 W. MOUNTIAN STREET FAYETTEVILLE, AR 72701 PHONE: 479-575-8220 (POST -BID) SEND TO: BEN CRUCE PROJECT ARCHITECT WER ARCHITECTS 112 W. CENTER STREET, SUITE 410 FAYETTEVILLE, AR 72701 PHONE: 479-966-4477 SECTION: 07 5216 - 5 PARAGRAPH: 1 SPECIFIED ITEM: T P P S P P F R PROPOSED SUBSTITUTE:_T P 2 0 0 S T P S F R ATTACH, COMPLETE DESCRIPTION, DESIGNATION, CATALODEL NR, SPEC DATA SHEET, AND OTHER TECHNICAL DATA, INCYDING LgBgRATORI(�TI�STS IF APPLICABLE. ANSWER THE FOLLOWING QUESTIONS: WILL SUBSTITUTION AFFECT DIMENSI DICAT D? IS THE SIZE DIFFERENT PHYSICAL SIZE? NO WILL SUBSTITUTION AFFECT W I ,PIP �CT. I I 1`ED ON DRAWINGS? THIS INCLUDES LOWER OR HI ELE RI AL L /O VC�AGE; DIFFERENT BTU HEAT LOAD AND/OR OR VE1wT ; REQUI CL A C S, E WHAT AFFECT WILL SUBSTITUTI VE O R TR413*&� NO LIST ANY DIFFERENCES N PRO D SUBSTITUTION AND SPECIFIED ITEM: The listed substitute fr m T�i mco is a Premium System and not equal to the base bid Siplast 20/30 system. Tremco has r modified systems that would be more equal to the base bid such as the Powerply 200 Sm 4 h exc ds the performance criteria of the specified base sheet and the Powerply Stand �� IF NECESSARY, WILL THE UNDERSIGNED PAY FOR ARCHITECTS/ENGINEER'S COSTS, REQUIRED TO REVISE WORKING DRAWINGS, THAT ARE CAUSED BY SUBSTITUTION? Revised Drawings will not be necessary. MANUFACTURER'S WARRANTY OF PROPOSED ITEMS ARE [x] SAME [ ] DIFFERENT PROPOSED COST SAVINGS USING SUBSTITUTION PRODUCT: REVIEW COMMENTS: [ ] APPROVED [ ] APPROVED AS NOTED (SEE ATTACHED EXPLAINATION) [ ] NOT APPROVED / REJECTED [ ] REJECTED / RECEIVED TOO LATE / NOT REVIEWED REMARKS: REVIEWED BY: City of Fayetteville, AR - City Hall -Re-Roof Current specification performance criteria a. Base ply Paradiene 20 1) Thickness: 91 mils ASTM D5147) 2) Low temperature flexibility @ -15°F (-26°C): PASS (ASTM D5147) 3) Ultimate Elongation (avg.) @ 73°F (232C): 50% (ASTM D5147) 4) High Temperature Stability (min): 250F (121 C) (ASTM D 5147) 5) Confirmation that the membrane material is a homogenous SBS blend composition without the use of oxidized asphalt as a carrier saturant 6. Tear Strength ASTM D 5147 40 Ibs. 7. Tear Strength or Peak Load ASTM D 5147 @ 0 Degrees 70 Ibs. b. Finish ply Paradiene 30 FR 1) Thickness min: 94 mils (2.4 mm) (ASTM D 5147) 2) Low temperature flexibility @ -15F (-26C): PASS i 3) Ultimate Elongation (avg.) @ 73°F (23°C): 55% (F 4) High Temperature Stability (min): 250F (121�) 5) Granule Embedment (max loss): 2.0 grams 6) Confirmation that the membrane material i a n composition without the use of oxidized a s a Proposed Substitute 94 mils. -409F 55% MD and 65% XMD 160 Ibs. 145 Ibs. o ed Su i • 1 mils orj m. 8,,%W 5147) �� 5 F �(.J SIV D5147) 7.9% Z D 51 7 mple 5147) oge S ble G c raturan► 7. Tear Strength ASTM D 5147 40 1 104 O G � � Tremco proposes to allow thRshe P I 0 Smooth b cc table ash se sheet and the Powerply p p p � pY Standard FR be acceptable fi ' ;1) et.(��p� ' 1� -` V These sheets are more more inline he bias s�Ocatioa.Nl l'the Tremco Premium Smooth and Premium FR that is listed in If you notice the perform nce tr and finish ply excee s er Please accept outNed sub*A Thanks, Cj` Josh Wegenka Field Advisor Tremco Inc. as req •N eve the City will find the proposed base ply POWERply* Standard FR A Fire Rated Granule Surfaced Modified Bitumen Membrane FEATURES BENEFITS Polymer modified asphalt • Resists thermal shock and splitting Fiberglass reinforced • Strong yet pliable to resisttears and splits Fire resistant • Meets building codes and insurance requirements Factory applied surfacing • Savesjob site labor and application errors UL Classified pSSIFjFO . Fire Protection UL 0 �! POWERply' Standard FIR is a granule surfa d w atherin rane w' c're esistant characteristics. It 9 �\ consists of specially selected bit It ied wit tible SB tomers and a glass reinforcing mat and is surfaced with an embedded§rly factor fie granul . P ERply Standard FIR is also asbestos free. POWERply Standard FIR w kno ERM OWERpIy Standard FIR exceeds ASTM D 6163, Type I, Grade G. POWERply Standard F i igne ap lication i of a o plied roof systems where a granule surfaced m e is d ire WE and FIR ire rating of Class A. Refer to UL R ate ' s & Systems&ect and/or 16provals RoofNav°' for applicable roof system config ations ♦1 v V Available in 3.3mm (1 Is) th' ( 91 m) wid Is 00 square foot (9.29m2) per roll as applied. Approximate I fight is 1 I .8 kg). Ave in pallets only. The facto 10ied gr sur acing is ae in white, tan, and black. Other colors, such as red, blue, and n aTe also a Contact Sur local Tremco Representative for additional details. e ral A i Data: ment usually involves more complexities than new construction P r fing. O en countere are tuations such as rusted/deteriorated decks, rotted wood components, rooft ipment which ca of be moved or shut down, and numerous other conditions. :Re)esentative oing application information is designed to serve as a general guide. Your local Tremco will prepare detailed specifications based upon your roof's conditions. Structural deck: Must be properly designed and structurally sound. Drainage: Ponding conditions are unacceptable and will adversely affect performance of any roofing system. If positive drainage does not exist, water removal must be facilitated by lowering drains, and/or installing additional drains, tapered insulation, or a Tremco approved lightweight cellular insulating concrete slope system. Insulation: Insulation must be dry and kept dry. No more insulation shall be installed than can be covered that day. Installation Procedures: According to job specifications, prepare the surface to be covered: • Replace areas of wet insulation, deteriorated deck and wood components. • Install roof insulation or nailed base sheet and multi -ply base ply system. Cold Process POWERply Standard FIR: For application in cold process adhesive, cut POWERply Standard FIR in 16 to 18' (4.9-5.5 m) lengths maximum. Allow lengths to relax. Above 55°F (13°C): 30 minutes minimum. Below 55°F (1 YQ: 60 minutes minimum. POWERply" Standard FR Hot applied POWERply Standard FR: THERMastic, THERMastic 80, and Premium IV Asphalt are recommended as adhesives for POWERply Standard FR. Hot applied modified bitumen membranes require special application techniques under cool ambient temperatures and/or moderate wind conditions. Consult your local Tremco Representative for specific recommendations. Application: Plan the placement of POWERply Standard FR to ensure that water flows over or along, but not against, the exposed edges. Starting at the low point of the roof, apply a uniform and continuous application of adhesive according to specifications. Embed ply sheets as specified. Avoid walking on plies during placement. Place POWERply Standard FR in a uniform and continuous application of adhesive. Press the membrane into the adhesive using a minimum 75 pound weighted roller to assure full contact of the back of the membrane into the adhesive. Lap selvage 4" (100mm) minimum; end laps 6" (150mm) minimum. Offset laps fleom base 46ps. Stagger ends 36" (1 m) minimum. To assure complete and uniform slon, ad;ee s ould exude past lap edges. Install flashings as specified. • Not intended to perfo er pondi d�ditions. P rainage required. • Not to be exposed to s ents, oils o er conta In is armful to asphaltic materials. • Backnail on ropf slopes 2: er foot) ) or greater. V PROPERTY 6 �111 LVAL G TEST METHOD Thickness � 0.130 in. ASTM D5147 Tensile Enjth @ 0°F (- 1201 in. (21 kN/1Rt �115 /in. XMD (20kN/m) ASTM D5147 Elo ati nn @@ 0°FYMC �2. 0 1 5% X�D ASTM D5147 Ith N4�OFP5°(Z) 77°F(25°C) )°F (25°C/^ :uree�Flex V ;t' i r repairs and p 76 Ibf/in XMD (13.2 kN/m) ASTM D5147 108 Ibf XMD (480N) ASTM D5147 ASTM D5147 ASTM D5147 ASTM IDS 147 ASTM D5147 ASTM E 154 `n#sales representative can provide you with effective maintenance vary, depending upon specific conditions. Periodic inspections, early e maintenance are all part of a sound roof program. Users must read container labels and Safety Data Sheets for health and safety precautions prior to use. Your local Tremco Roofing sales representative, working with the Technical Service Staff, can help analyze conditions and needs to develop recommendations for special applications. Tremco is a US Registered trademark of Tremco CPG Inc. The information provided on this data page supersedes all previous data concerning this product and its application. The Statements provided concerning the materials shown are intended solely as a general guide for material usage and are believed to be true and accurate. Since the manner of use is beyond our control, Tremco DOES NOT MAKE NOR DOES IT AUTHORIZE ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PURPOSE, OR ANY OTHER WARRANTY, GUARANTEE OR REPRESENTATION, EXPRESSED OR IMPLIED, CONCERNING THIS MATERIAL EXCEPTTHAT IT CONFORMS TO TREMCO'S PRODUCT SAMPLE. Buyer and user accept the product under those onditions and assume the risk of any failure, injury of person or property and loss or liability resulting from the handling, storage or use of the product, whether or not it is handled, stored, used in accordance with directions or specifications. UNDER NO CIRCUMSTANCE SHALLTREMCO BE LIABLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES ARISING FROM ANY BREACH OF WARRANTY. IN ALL CASES, TREMCO'S LIABILITY IS LIMITED, ATTREMCO'S OPTION, TO THE REPLACEMENT OF GOODS, OR THEIR VALUE, PROVEN TO BE DEFECTIVE IN MANUFACTURING. 0422 POWERply® Endure* 200 Smooth Smooth Surfaced, High Elongation, Polyester Reinforced SBS Modified Bitumen Membrane FEATURES BENEFITS SBS elastomer enhanced with Improves durability of the Reactive Enhanced Terpolymer modified bitumen blend (RET) and Thermoplastic Polyurethane(TPU) �pSSIF& RooF IDTM chip embedded Capability to identify the membrane and G O into each roll its QC data over the life of the roof system I cI s UL Classified Fire Protection I US MUNSON Endure'no POWERply Endure 200 Smooth is an asbestos free, smooth surfaced, modi ' itumen m '%ie. It consists of specially selected bitumens, modified with SBS rubber along with RET a hane high r mance elastomers and reinforced with a non -woven polyester fabric. This roduct excee s� uiremen TM D 6164, Type I, Grade S and CSA A123.23, Type B, Grade 3. POWERpl, E 200 Sm r, f system rated by Underwriters Laboratories for an exterior fire hazard. Refer o UL oofing a ri sand Sys m irectory for applicable system configurations. g � � V POWERply Endure 200 Smooth is I for roo rane an applications in hot applied asphalt adhesives over multi -ply system e a high polyest r orced, Axooth surface membrane is desired. In addition, POWERp re 200 th s suitabl 0 licatiw i c process modified bitumen stems and flashin s. s ��,///// Y 9 � � ` 2 POWERply En month is all m ( m thic mem e. A roll covers 150 s . ft. (13.9 m) when PY � q applied, with r dimensi f 3y-3/8" x 5 " (1 x 15.7 nweighs approximately 100 Ibs (45.3 kg). POWERply Endure 20 is av ' pallet n ith 20 rolls per pallet. P Y � p �� p Accordin ob ecificatio prepare th e to be covered: Replat area of wet' \on, dete rated deck and wood components. roof i or na' ♦ et and multi -ply base ply IY system. Ian the cement of PO ly Endure 200 Smooth to ensure that water flows over or along, but not4a n the exposed edges. Starting at the low point of the roof, apply adhesive uniformly and t1 s according to specifications. Embed the ply sheet(s) as specified. Avoid walking in plies duri g the placement. For cold process applications, cut the POWERply Endure 200 Smooth in 16' to 18' (4.9 to 5.5 m) lengths, maximum. Allow lengths to relax for the following time length prior to installation: Above 55' F (13* C): 30 minutes Below 55° F (13' C): 60 minutes For hot applications, the adhesive temperature must be at the EVT or 425° F (2180 C) at the point of application, whichever is greater. THERMastic, THERMastic 80, and Premium IV Asphalt are recommended as hot applied adhesives of POWERply Endure 200 Smooth. Hot applied modified bitumen membranes require special application techniques under cool ambient temperatures and/or moderate wind conditions. Consult your local Tremco Roofing j sales representative for specific recommendations. POWERply° Endure* 200 Smooth Place the POWERply Endure 200 Smooth in a uniform and continuous application of adhesive. For cold process applications, press the membrane into the adhesive using a weighted roller 35-75 lbs. (16-34 kg.) to assure full contact of the back of the membrane into the adhesive. Side laps 4" (102 mm) minimum; end laps 6" (152 mm) minimum. Hot air welding of laps is acceptable. Offset membrane laps from the base membrane laps. Stagger end laps at least 36" (914 mm). Install flashing as specified. Hot melt interply application rate: 25 Ibs/ 100ft2 (1.24 kg/m2). Cold process interply application rate: 2 gal/SQ (0.8 L/m2) • Not intended to perform under ponding conditions. Positive drainage required. • Not to be exposed to solvents, oils, or other contamin?nts harm to asphaltic materials • Backnail on roofs with slopes 2:12 (2" per fo 6%) or gr to .` • Not intended for phase ruction G PROPERTY \TYPICAL VALU�j TEST METHOD Thickness 2.4 mm ilk`) // ASTM D 5147 Tensile Stre th 0°F (°/F (-18° 14 (25.3 /M) ASTM D 5147 XMDJ�1 ) Ell at l In@ 0°F C� D 41�` ASTM D 5147 0% XM D de S ngth @ 77°F (251 1301 1 D (22.6 kN/M) ASTM D 5147 4`11 1 MD (19.2 kN/M) Eloni 7°F (25XXO ASTM D 5147 �' V o XMD 'ter Strength °Q 160 IV MD (711 N) ASTM D 5147 �/ ` 130 IV XMD (578 N) /Low Te W\ -40° F (-40° Q ASTM D 5147 Di s I Stabilit pass ASTM D 5147 pound Sta ility °F (102°C) pass at 302° F (1500 Q ASTM D 5147 Users must read container labels and Safety Data Sheets for health and safety precautions prior to use. Your local Tremco Representative, working with the Technical Service Staff, can help analyze conditions and needs to develop recommendations for special applications. The services of the Tremco Research Center, which has earned a unique reputation in weatherproofing technology, complement and extend the service of the Tremco Service Staff. Tremco is a US Registered trademark of Tremco CPG Inc. The information provided on this data page supersedes all previous data concerning this product and its application. The Statements provided concerning the materials shown are intended solely as a general guide for material usage and are believed to be true and accurate. Since the manner of use is beyond our control, Tremco DOES NOT MAKE NOR DOES IT AUTHORIZE ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PURPOSE, OR ANY OTHER WARRANTY, GUARANTEE OR REPRESENTATION, EXPRESSED OR IMPLIED, CONCERNING THIS MATERIAL EXCEPTTHAT IT CONFORMS TO TREMCO'S PRODUCT SAMPLE. Buyer and user accept the product under those onditions and assume the risk of any failure, injury of person or property and loss or liability resulting from the handling, storage or use of the product, whether or not it is handled, stored, used in accordance with directions or specifications. UNDER NO CIRCUMSTANCE SHALLTREMCO BE LIABLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES ARISING FROM ANY BREACH OF WARRANTY. IN ALL CASES, TREMCO'S LIABILITY IS LIMITED, ATTREMCO'S OPTION, TO THE REPLACEMENT OF GOODS, OR THEIR VALUE, PROVEN TO BE DEFECTIVE IN MANUFACTURING. 0422 Bid 23-42, Addendum 2 Date: Monday, October 23, 2023 V4W To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 23-42, Construction — City Hall Roof Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. I BID DEADLINE: THE BID DEADLINE HAS BEEN EXTE ED. ALL BI L BE SIB, ED BY 3:00 PM ON ``G7 THURSDAY, NOVEMBER 2, 2023. VQ o � � � o G � � o o � Cj G� City of Fayetteville, AR Bid 23-42, Addendum 2 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Bid 23-42, Addendum 3 is Date: Thursday, October 26, 2023 IV To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 23-42, Construction — City Hall Roof Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. I Questions: The following questions have been received and answered p the corresNding department: O a. Question: Regarding Page 2, "Roof Scope of ork", No •`state , ' vide Crickets at %" per foot slope if and where required for drama e e curr of slope is Yz so p q pslope, having a %" Cricket around the mecSI units t creative drainage. Does the City still want the %" Crickets? i. Answer: The Contract 2YII pro ckets r ired to c ve positive drainage. Please disregard t I gua n ing t o re b. Question: Is this pro E pt? k i. Answer: No, the Cit ettevill s of Tax t. c. Question: Regardin �iingo w Bir that Eing installed; are the new spikes to be installed where th e are r are t�� spikes to be installed on the entire stone coping? S`5 i. A ease t ird s s cope of work. Please disregard any language regng Con ac r insta ird spikes. d. Question: Re and he existing Roof Hatch area; there Isn't a Ladder -Up post Installed on the existinginteri rider. Does the City want the Contractor to install a new Ladder -Up post on the Y p existing interior ladder? i. Answer: No, anew Ladder -Up post shall not be installed. e. Question: Regarding the New Skylight getting installed, is the Contractor allowed to set up a ladder inside the building to take down the interior protection needed for the skylight? i. Answer: Yes, the City will work with the contractor to allow them access to provide the full scope of services, in a safe manner that does not disrupt normal operations in City Hall. City of Fayetteville, AR Bid 23-42, Addendum 3 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Bid 23-42, Addendum 4 Date: Thursday, November 2, 2023 V4W To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 23-42, Construction — City Hall Roof Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. I BID DEADLINE: THE BID DEADLINE HAS BEEN EXTENDED. ALL BIDS E SUB I BY 3:00 PM ON TUESDAY, NOVEMBER 7, 2023. • n. P "We will be issuing addendum 5 with more*i otIon r g mo ions to the bid. o G � . o � � o o � Cj G� City of Fayetteville, AR Bid 23-42, Addendum 4 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Bid 23-42, Addendum 5 is Date: Thursday, November 2, 2023 IV To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: Bid 23-42, Construction —City Hall Roof Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERSSHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCH TION ON THE BID FORM. I 1. Specifications: The following revisions/additions have been made t rpecifica o�: A` a. Section 00 0110 —Table of Contents (see Aent A i. Section 012300 —Alternates add d N*n Aft ii. Section 07 5400—Thermopl cc mbra fing add b. Section 012300 —Alternates (se men i. Entire section added c. Section 07 0150.19 — Pre r a ® n fo e ing se ch \ i. Entire section a d. Section 07 5216 — St ene uf Vier� Styren Mo ified B� 1ous Membrane (see Attachment D): i. Revised roof insula'nfor a loOsectio e. Section 07 5400 — rrplastic m ran (see Attachment E): i. Entire s tion ded f. Section 07 2 I heet �'lashii* rim (see Attachment F): i. RVounter sh ng in or on, section 2.04 2. Plan Sheets Drawin O.TZ'Slollowing revisions have been made to the Plan Sheets/Drawings: a. A0.00 — Cover Page (see Attachment G) i. Revised sheet index to include detail sheet for deductive alternate #1 b. A1.01— Roof Plan (see Attachment H) i. Note added for deductive alternate #1 ii. Typical parapet detail added c. A1.07 —Typ Roof Details — Alternate #1 (see Attachment 1) i. Details added for deductive alternate #1, TPO roofing system City of Fayetteville, AR Bid 2 3- 4 2, Addendum 5 Page 112 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 3. Line Item Pricing: An additional line item has been added to include Deductive Alternate #1. 4. Questions: The following questions have been received and answered by the corresponding department: a. Question: Since this scope of work is for a roof replacement, is the infra -red scan still required? i. Answer: No, the infra -red scan is not required for this project. 5. Substitutions: a. The base sheet submitted in the Elevate SBS roofing system substitution is not an equal product to the specified base sheet. In lieu of the Elevate SBS Poly Base Sheet, please provide the Elevate SBS PREMIUM Poly Base Sheet (see Attachment J). I 6. Addendum Attachments b C. Attachment A — Section 00 0110 •�O Attachment B —Section 012300 P G Attachment C —Section 07 0150.19 '`�► J► V Attachment D — Section 07 5216 Attachment E — Section 07 5400� `�► Attachment F — Section 07 62� Attachment G — A0.00 Co r age O ��•/� Attachment H —A1.01N'RooAetails 0n G � Attachment I — A1.0 — Alt a #1 Attachment J — Elevate SBS�kir i rr� Poly� I O G� � G G� City of Fayetteville, AR Bid 23-42, Addendum 5 Page 212 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Attachment A SECTION 00 0110 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS CITY OF FAYETTEVILLE PROVIDED DOCUMENTS INTRODUCTORAY INFORMATION Section 00 - Title Page Section 00 - Bidder's Check List Section 00 - Advertisement Section 01 - Instructions to Bidders BID FORMS AND SUPPLEMENTS Section 02 - Bid Form Section 03 - Contractor Refernce Section 04 - Bid Bond Section 05 - Performance Bond O Section 06 - Labor and Material Payment B CONTRACT GENERAL CONDITIONS General Requirements DIVISION 00 -- PROCUREMENT AND�ITRAC EQUI ITS 00 0105 - Certifications Page' 00 0110 - Table of Conten • a► 00 6325 - Substitution t For O ` SPECIFICATIONS DIVISION 01 -- GENERAL R Q M&NTS n. 01 1000 - Summary T O 01 2000 - Price and t Proc 01 2200 - Unit Pr' 01 2300 - Alt nate 01 2500 -Sus tion P c � 01 300 - .nistrat uireme s` 01 3216 - nstructiVn Progress Schelle 01 3340 - DelmWd"Sesian Deferred Submittal Procedures 01 5000 - T(mp )Nry Facilities and Controls 01 6000 - P ct Requirements 01 7000 - Execution and Closeout Requirements 01 7800 - Closeout Submittals DIVISION 02 -- EXISTING CONDITIONS 02 4100 - Demolition DIVISION 03 -- CONCRETE (NOT USED) DIVISION 04 -- MASONRY 04 0100 - Maintenance of Masonry DIVISION 05 -- METALS (NOT USED) FAYONC22.00 Addendum #5 Table of Contents City of Fayetteville Administration Building 00 0110 - 1 11-02-2023 Roof Replacement DIVISION 06 -- WOOD, PLASTICS, AND COMPOSITES 06 1000 - Rough Carpentry DIVISION 07 -- THERMAL AND MOISTURE PROTECTION 07 0150.19 - Preparation for Re -Roofing 07 4213 - Metal Wall Panels 07 5216 - Styrene-Butadiene-Styrene Modified Bituminous Membrane Roofing 07 5400 - Thermoplastic Membrane Roofing 07 6200 - Sheet Metal Flashing and Trim 07 9200 - Joint Sealants DIVISION 08 -- OPENINGS 08 6300 - Metal -Framed Skylights 08 8000 - Glazing DIVISION 09 -- FINISHES 09 9113 - Exterior Painting •`O DIVISION 10 SPECIALTIES (NOT USED) DIVISION 11 -EQUIPMENT V �C� 11 8129 - Facility Fall Protection •`� V �� DIVISION 12 -- 33 (NOT USED) OF 1dN O 'Q 'Q O G � � o o � Cj G� FAYONC22.00 Addendum #5 Table of Contents City of Fayetteville Administration Building 00 0110 - 2 11-02-2023 Roof Replacement Attachment 6 SECTION 01 2300 ALTERNATES PART 1 GENERAL V.22 1.01 SECTION INCLUDES A. Description of Alternates. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted Alternates will be identified in the Owner -Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.03 SCHEDULE OF ALTERNATES A. Deductive Alternate No.1 In lieu of the modified bitumen roofing system provide a fully adheared TKO roofing system. See section 07 5400. ' PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED •`o �% END OF SECTION �J o � � � o G � � o , o � � G G� FAYONC22.00 Addendum #5 Alternates City of Fayetteville Administration Building 01 2300 - 1 11-02-2023 Roof Replacement Attachment C SECTION 07 0150.19 PREPARATION FOR RE -ROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Removal of existing roofing system in preparation for entire new roofing system. B. Removal of existing flashing and counterflashings. 1.02 RELATED REQUIREMENTS A. Section 07 5216-Styrene Butadiene Styrene Modified Bituminous Membrane Roofing B. Section 07 5400 - Thermoplastic Membrane Roofing. C. Section 07 6200 - Sheet Metal Flashing and Trim: Replacement of flashing and counterflashings. 1.03 REFERENCE STANDARDS 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with affected mechanical and electrical work assoc with roof ptrations. B. Preinstallation Meeting: Convene one wee ore startin f this se�. 1. Attendees: a. Architect. ` \J b. Contractor. c. Owner. �� G d. Installer. e. Roofing system m turer's fi esent 2. Meeting Agenda: Pr genda icipants r o me $ eparation for discussions on the fing: a. Removal an in t ation hJule. b. Necess rat ry work. c. Protectio efore, u Vnd aft ofing syst lit"allation. d. Removal of exis r ing syst M. e. Installation of ne fing a J► f. Tempora r g and i ination g. Transit' con ecti to and t work. h. Ins ctio nd to� of installe ss. C. Schedule \qro coinci I \imme nt of installation of new roofing system. 1.05 QUALITY CE A. Materials moval m ny Qua ns: Company specializing in performing work of type specified with hree years of ocumented experience. 1. CompI i val and disposal regulations of local authorities having jurisdiction (AHJ) B. Installer Qua ations: Company specializing in performing work of the type specified and with at least three years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Ensure storage and staging of materials does not exceed static and dynamic load -bearing capacities of roof decking. 1.07 FIELD CONDITIONS A. Existing Roofing System: EPDM single -ply roofing. B. Do not remove existing roofing membrane when weather conditions threaten the integrity of building contents or intended continued occupancy. FAYONC22.00 Addendum #5 Preparation for Re -Roofing City of Fayetteville Administration Building 07 0150.19 - 1 11-02-2023 Roof Replacement C. Maintain continuous temporary protection prior to and during installation of new roofing system. D. Provide notice at least three days before starting activities that will affect normal building operations. E. Owner will occupy building areas directly below re -roofing area. 1. Provide Owner with at least 72 hours written notice of roofing activities that may affect their operations and to allow them to prepare for upcoming activities as necessary. 2. Maintain access of Owner's personnel to corridors, existing walkways, and adjacent buildings. PART 2 PRODUCTS 2.01 COMPONENTS A. Refer to following sections for additional information on components relating to this work: 1. Replacement and removal of existing roofing system in preparation for entire new roofing system, refer to Section: a. 07 5216-Styrene Butadiene Styrene Modified Bituminous Membrane Poofing b. 07 5400-Thermoplastic Membrane Roofing. 2. Remove existing flashing and counterflashings in prepar r replac a of these materials as part of this work, refer to ction 07 620�1i terial reents. PART 3 EXECUTION �r 3.01 EXAMINATION A. Verify that existing roof surface has •Cleare vials b oved from existing roofing system and ready for ne of wo quired 3.02 PREPARATION `V +, (( A. Sweep roof surface clean of IDo�e matte . B. Remove loose refuse d pose pr y o 3.03 MATERIAL REMOVA !P A. Remove only existirry roofinamteftis tha be repla new materials the same day. B. Remove metal counter flas v �. C. Remove roofing meAl peri deter flashi shings around roof protrusions, pitch pans and pocket D. Remove insulbiboynaVste 14 cant strips, b ing. E. Repair existigod de as'NA provide smooth working surface for new roof pN system v , X 3.04 INSTALLA1 ~ A. Coordinate scgp�A s work with requirements for installation of new roofing system, refer to Sections lis r additional requirements. 1. 07 52 6-SVne Butadiene Styrene Modified Bituminous Membrane Roofing 2. 07 54 ermoplastic Membrane Roofing. 3.05 PROTECTION A. Provide temporary protective sheeting over uncovered deck surfaces. B. Provide for surface drainage from sheeting to existing drainage facilities. C. Do not permit traffic over unprotected or repaired deck surface. END OF SECTION FAYONC22.00 City of Fayetteville Administration Building Roof Replacement Addendum #5 07 0150.19 - 2 Preparation for Re -Roofing 11-02-2023 Attachment D SECTION 07 5216 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1-GENERAL 1.01 RELATED DOCUMENTS A. The project plans, details and general Contract requirements apply to this Section. 1.02 SUMMARY A. Items Included: 1. Roof insulation. 2. Cover panel. 3. SBS modified bituminous membrane roofing. 4. Walktread. B. Related Sections: 1. Section 06 10 00 "Rough Carpentry" for roof mounted curbs, roofirV nailers, concealed wood blocking, and roof sheathing. 2. Section 07 62 00 "Sheet Metal Flashing and Trim" for metalngs, co �Uashings & reglets. 3. Section 07 92 00 "Joint Sealants" for j ealants, j ' is, and ' preparation. 1.03 REFERENCES G A. National Roofing Contractors Assoc' J► (% B. OSHA: Occupational Safety and H�t'ik dministSiiiSMACN Seeeet Metal and Air Conditioning Contractors NatioVI'V"ociation C) UL: Underwriters Laboratori ✓✓ (; C. SMACNA: Sheet Metal an onditior n ntract Iona ion D. UL: Underwriters Labgratori�s V G 1.04 PREINSTALLATION 11CF1UGS A. Pre -installation Roo g Confer ftt Job ' Hold a m ith the Owner, Construction Manager, Architect, Roofinb Cotactor, R o g Manuf is Representative, and other applicable trades to discus the me s n method d to roofing installation. The Roofing Contractor xamin rate th receive the specified roofing materials and confirm its s ili or at ach nt of this d roofing system. 1.05 DESCRIPTION O WO ` A. Project Ty a -off B. Deck: o C. Slope: 1/ ch per f t G D. Insulation - Bas: Two layers of Paratherm by Siplast, each having a thickness of 2 inches, meanfWTy attached. E. Cover Pane . dinsDeck Prime supplied by Siplast, having a thickness of 1/2 inch, applied in Parafast Insulation Adhesive. F. Roof System: Paradiene 20, applied in PA-311 R Adhesive; G. Paradiene 30 FIR, applied in PA-311 R Adhesive. H. Flashing System: Veral Aluminum, torch applied. I. Supplemental Flashing System: Parapro 123 Flashing System. 1.06 SUBMITTALS STYRENE BUTADIENE FAYONC22.00 Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 1 11-02-2023 Roof Replacement A. Submittals Prior to Project Start 1. The primary roofing materials must be available at the jobsite a minimum of 2 weeks prior to project start. The designer shall randomly select two rolls each of the proposed base and finish plies for empirical confirmation by an independent testing lab of the following physical/mechanical properties. Substandard test materials that do not meet the physical/mechanical properties listed below shall be considered representative of the entire lot of material provided. At no additional cost to the owner the substandard materials must be removed from the job site and replaced by the contractor with a different manufacturer's products that meet the specified requirements. a. Base ply 1) Thickness (avg): 91 mils (2.3 mm) (ASTM D5147) 2) Low temperature flexibility @ -15°F (-261C): PASS (ASTM D5147) 3) Ultimate Elongation (avg.) @ 730F (230C): 50% (ASTM D5147) 4) High Temperature Stability (min): 250F (121C) (ASTM D 5147) 5) Confirmation that the membrane material is a homogeno s SBS blend composition without the use of oxidized asphalt as a caAer satu t b. Finish ply 1) Thickness at selvage (coating thickness) (miV):(ileils (2.4 STM D 5147) V 2) Low temperature flexibility @ (-26C)- (AST 47) 3 Ultimate Elongation av . 78°F 23° % AS 147 g ( g @ ( ( ) 4) High Temperature S i in): 2 1 C) (A 5147) 5) Granule Embedmen(TV loss): ams per a e (ASTM D 5147) 6) Confirmation tha mbran rial i a genous SBS blend composition w' a use zed a Inds a ca ' r saturant 1.07 RELATED WORK A. On masonry surfaces, parg co o rou date bloVne rick walls prior to the application of the c ' bi uminominu ed fl t. pp B. Apply the specified uid laC system on�st ne co terminating at the outer horizontal edge of th copi lappingl*c es ont p edge of the specified bituminous aluminum- surflashin Nof.. Gent l `s C the foil surfacing 4 inches below the top edge of the s .fe bitu hing s lfiere it terminates beneath the concrete coping c t g care t into erlying bituminous membrane or carrier mat. Using a for e and lnov the foil se the top 4 inches of the underlying bituminous m bra to rec e specif' d li id resin flashing. 1.08 INFORMA;,eta: S BMIT A. Qualifi 1. Insub 't wr en con on that they have a minimum of 2 years of experience in success talling the same or similar roofing materials and be certified in writing by the ro Is manufacturer to install the primary roofing products. 2. Manu ctu Submit written confirmation that the manufacturer of the primary roofing produc s been successfully producing the specified types of primary products for not less than 10 years with a consistent composition for a minimum of 5 years. B. System Qualification: 1. Intent to Warrant Letter: Submit a signed letter on the roof membrane manufacturer's letterhead, confirming that specified roofing system complies with the guarantee requirements indicated in Part 1.12 and the criteria indicated in Part 2.2 Roof Membrane Sheet Materials. STYRENE BUTADIENE FAYONC22.00 Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 2 11-02-2023 Roof Replacement 2. Cyclic Fatigue: Submit confirmation that the proposed roof system will pass 500 cycles of ASTM D5849 Resistance to Cyclic Joint Displacement (fatigue) at 14°F (-10°C), and 200 cycles after heat conditioning (performed in accordance with ASTM D5147), showing no signs of membrane cracking or interply delamination. 3. Sample Guarantee: Submit a sample copy of the manufacturer's proposed Guarantee. 1.09 CLOSEOUT SUBMITTALS A. Maintenance Data: Submit the manufacturer's care and maintenance guide. B. Executed Guarantee: Provide the Owner with an executed version of the specified guarantee. 1.10 QUALITY ASSURANCE A. Fire Rating: Submit evidence of exterior fire -test exposure by an approved third -party testing agency in accordance with ASTM E108 or UL 790 guidelines. 1. Class A 1.11 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver roofing materials to Project site in original containers with seal nbroken and labeled with manufacturer's name, product brand name and type of man e, approval or listing agency markings, and directions for storing 'Nixing wi th r components. `0 B. Storage: Store liquid materials in their origin undamag ainers ean, dry, protected location and within the temperature ran req ired b man r r. 1. Protect stored liquid material f i ct sunliy�1 , t, opep. gnition sources, oxidizing agents, strong acids a trong a 11� V 2. Discard and legally dispos id mat at ca appli d within its stated shelf life. C. Protection: Protect roof i m r mph ' ma m deterioration by sunlight, moisture, soili othe so C h he i n manufacturer's written instruction or I g, sto nd pr mat Is ng installation. D. Handling: Handle e fin!materia an quipmer ia manner to avoid permanent deflection of deck. 1.12 FIELD CONDITIONS t1ilk O ` A. Weather LimitationslP7�ed wit i ion on n existing and forecasted weather conditions permit o fi o be 'nst d in ac re with manufacturer's written instructions and warranty equir nts. B. Membrane�P tion: P o otecti inst staining and mechanical damage for newly applied d a ac rfac �t� ut this project. C. Debris al: R mo all deb d y from the project site and take to a legal dumping area authorize o re e' uch material . D. Site Conditi !11 p te, to the owner's satisfaction, all job site clean-up including building interior, ex rior d landscaping where affected by the construction. E. Torch Safet . rew members handling torches shall be trained by an Authorized Certified Roofing Torch Applicator (CERTA) Trainer, be certified according to CERTA torch safety guidelines as published by the National Roofing Contractors Association (NRCA), and follow torch safety practices as required by the contractor's insurance carrier. Designate one person on each crew to perform a daily fire watch. The designated crew member shall watch for fires or smoldering materials on all areas during roof construction activity, and for the minimum period required by CERTA guidelines after roofing material application has been suspended for the day. STYRENE BUTADIENE FAYONC22.00 Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 3 11-02-2023 Roof Replacement 1.13 GUARANTEE A. Manufacturer's Guarantee: Provides that the Manufacturer will repair leaks through the covered roofing materials due to material or workmanship defects, subject to certain exclusions, during the specified time period. Refer to guarantee for complete coverage and restrictions. 1. The Guarantee shall provide coverage for the roofing membrane, base flashings, roof insulation, fasteners, insulation adhesive, and cover panel. The Guarantee shall be non - prorated and contain no deductibles or limitations on coverage amount. 2. Guarantee Period: 20 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing contractor's warranty signed by the Installer, including all components of the roofing and insulation system for the following warranty period: 1. Warranty Period: 2 years from date of Substantial Completion. PART2-PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: A roof system by the following manufacturer is approvedAr application. 1. Siplast, Inc. 2.02 ROOFING MEMBRANE SHEET MATERIALS I1 Base Ply: An ASTM D6163, Type I, Grade roth genous ane IN ass -fiber reinforcing mat impregnated/saturated and c eachth SB ied bitumen blend and dusted with a fine silica parting aponside ecros o al area of the sheet material shall contain no oxidized o S m diiumen. ase ply shall possess waterproofing capability, such that p ed roo cation ca b achieved for prolonged periods of time without detrime waterti grit ofi ntire roof system and possess the following physic hanical es. P\� 1. Paradiene 20 by Sip! �. n .�V .,6 B. Finish Ply: An ASTM D ype I Gr reinforcing mat im e t d aturat c and dusted with a ping agent surfacing. The cros ectiontil rf the `with a glass -fiber modified bitumen blend a coarse mineral -granule top ntain no oxidized or non-SBS modified bitumen. V �V 1. Paradiene 30 FR by st, I O 2.03 BASE FLASHING SH TERIA A. Flashing Reinfor P y and B ker: An D6163, Type I, Grade S homogenous membrane wi a gl s-fiber cing ma imp egnated/saturated and coated each side with SBS modif' i en b a fad lied polymer modified asphalt self-adhesive on the ba of th o pr hesion to the total surface area of the substrate. The ba s e of the b ply sh be aced with a removable film. 1. Para ene ��by Siplast, I B. Metal-Foil-S shing Sheet: ASTM D6298 homogenous membrane with aglass-fiber reinforcing at ' reg nated/satu rated and coated each side with the SIBS modified bitumen blend, dust h a fine silica parting agent on bottom surface and having a continuous, channel -embossed aluminum -foil top surface. 1. Veral Aluminum by Siplast, Inc. C. Liquid Flashing System: The specified liquid flashing system shall consist of a catalyzed PMMA-based membrane fully reinforced with a non -woven polyester fleece that is installed over a prepared substrate. 1. Parapro 123 Flashing by Siplast, Inc. 2.04 SUBSTITUTE SYSTEMS STYRENE BUTADIENE FAYONC22.00 Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 4 11-02-2023 Roof Replacement A. The following substitute roof systems are approved for use in lieu of the specified roof system. 1. The Garland Co. Cleveland, OH a. Base Ply — Stressply Plus b. Finish Ply - Stressply Plus FR Mineral c. Flashing Sheet - Stressply Plus FR Mineral d. Stripping Ply and Flashing Reinforcing Sheet — Stressply Plus e. Adhesive - Weather King Adhesive 2. Tremco Beachwood, OH a. Base Ply — POWERply Premium Smooth b. Finish Ply - POWERply Premium FR c. Flashing Sheet - POWERply Premium FR d. Stripping Ply and Flashing Reinforcing Sheet — POWERply Premium Smooth e. Adhesive — POWERply Standard Cold Adhesive B. For other substitutions see Section 01 6000-Product Requirements. 1. Substitutions must be submitted to architct for review at minimum^ days rp for to bid submission deadline. 2.05 PRIMERS A. Asphalt Primer: Primer shall meet ASTM D Q ria. 1. PA-1125 Asphalt Primer by Siplast, Inc. B. Primer for Self -Adhesive Membranest•lkrimer for se sive me es shall be a single component, water -based resinous a( formul to onditio nry, wood, plywood, concrete, asphaltic, and gypsum s to faq*t dhesi If -adhesive membranes. 1. TA-119 Primer by Siplast1 2.06 AUXILIARY ROOFING MATE q(�,7`7, •`a► A. Cold -Applied Asphalt : An 9s'ph , olv �nf tti ASTM D4479, Type II requirements. \ .i 1. PA-311 R Ad e y last, Inc. B. Sealant: A moistur unn el I ling eyed eric sea signed for roofing applications. 1. PS-209 Elastomeric v C. Sealant: A moisture r r�(j, non- lastom slant designed for roofing applications. 1. PS-715 NS I mere Ian `CO D. Ceramic Granules: o. 11 1peci <ti n ceramic granules of color scheme matching the granule • of the sZ • 2.07 ROOF INS N ` A. General: I sulat�o all be a rov�fi writing b the insulation manufacturer for intended use PP 9 Y and for use with s cified roof assembly. Install only as much insulation as can be made watertight nn l e same work day. B. Polvisocvan (ISO) Board Insulation: Riaid cellular foam, complvina with ASTM C1289. Classifications: a. Type II: Class 1 - Faced with glass fiber reinforced cellulosic felt facers on both major surfaces of core foam. b. Compressive Strength: Classes 1-2-3, Grade 2 - 20 psi (110 kPa), minimum. c. Thermal Resistance. R-value: At 1-1/2 inch thick: Class 1. Grades 1-2-3 - 8.4 (1.48) at 75 degrees F. d. Board Size: 48 by 96 inch. FAYONC22.00 Addendum #5 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 5 11-02-2023 Roof Replacement e. Board Thickness: 1.75 inch. minimum. Provide insulation in layers as necessary to achieve R-20, minimum 2 layers of insulation. f. Tapered Board: Slope as indicated: minimum thickness 0.5 inch: fabricate of fewest lavers possible. Acceptable types are as follows: a. Paratherm by Siplast, Inc. 2.08 INSULATION COVER PANEL A. 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: 1. DensDeck Prime Gypsum Roof Board, by Georgia Pacific Corporation 2.09 INSULATION ACCESSORIES A. Insulation Fasteners: The insulation fasteners shall provide attachment required to meet the specified uplift performance and to restrain the insulation panels a ainAhe pottial for ridging. '� B. Insulation Fasteners - Wood/Plywood Decks: Insulation mach ni fasten a I be a fluorocarbon coated screw type roofing fast aving a 0.22 hread diameter. Plates used in conjunction with th as ener s a met having a minimum 3 inch diameter, as supplied by the fast r nufact he fa r hall conform meet or exceed Factory Mutual Standard 4 n hen s to 30 Mich cycles, show less than 15% red rust. Acceptable ins asten s for wo / wood decks are listed below. 1. Parafast Fastener by Si I c. C. Insulation Adhesive: singl I com n low-ris reth adhesive designed specifically for the adh ' roof ' sul ' to s s w I bsequent layers of insulation. Accept le a u cture r as fol 1. Parafast Insu helve by Siplastunc. (� D. Insulation Cant Strip: A c i'simpo xpande 1Lanic minerals combined with waterproofing binders, me STM iteria. h surface shall be pre-treated with an asphalt based coagog. a fac a ant sha a nominal 4 inch dimension. E. Tapered Edge Str pered p mpose anded volcanic minerals combined with waterproofing bin e e t urfa shall b reated with an asphalt based coating. The panels shall h e a ens cient to ovi for smooth transition and provide proper support forth mbra I r suit layer of insulation when there are transitions of 1/4 inc r. ON 2.10 WALKWAY A. Walktread: A gr urfaced polymer modified bitumen sheet material reinforced with a prefabricattcir resistant polyester core, having a thickness of 0.217 in (5.5 mm) and a width of 30Gr�chXfis (76.2 cm). 1. Paraty Siplast, Inc. PART 3 - EXECUTION 3.01 EXAMINATION A. Substrate Qualification: The installing contractor shall examine all substrates where the specified roofing and flashing system will be applied and confirm their suitability to receive the specified roofing materials. 3.02 PREPARATION FAYONC22.00 Addendum #5 STYRENE BUTADIENE STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 6 11-02-2023 Roof Replacement A. Sweep or vacuum all surfaces, removing all loose aggregate and foreign substances prior to commencement of roofing. B. Remove all of the following existing conditions: 1. Surface gravel 2. Roof membrane 3. Insulation 4. Base flashings 5. Edge metal 6. Flanged metal flashings 7. Cants 8. Walkways 9. Nonfunctional penetrations/curbs 10. Drain assemblies 11. Vapor retarder 12. Metal trim, counter flashing C. Primer for Self -Adhesive Flashing Reinforcing Ply: Apply the spe � tacky p i -by roller or spray in an even film. Refer to the manufacturer's literature for�!'I'I�approve application over various substrate types. Allow the prim o dry until i a slight) i y surface without transfer when touched. Cutting or alTmn of tr is no ted. D. Asphaltic Primer: Prime wood, meta c cret , and m l r'Y surf i a uniform coating of the specified asphalt primer accordi manu s pub' application rate. Cutting or alteration of the primer is not per i X V 3.03 INSTALLATION OF ROOFING, G GUI ES `�► A. Adhesive Application: Appl rane esive r, sgL4e3�t-i or spray unit in a smooth, even, continuou a Twit h e s or voiQ��� ize on rate for each ply as published by the ro rane� acturFle he a e application rate at the end laps of granul d sheets. ere so - sed esi is applied, refer to the manufacturer's int sJ+'� detail at the�lpcat ns that a e receive the specified catalyzed acrylic re pri N syst utting or 1 ion of the adhesive is not permitted. '0 ��G.. , B. General Appearanc n�GrFt" ha Qed roo lication has an aesthetically pleasing overall appearan n i accept he w 3.04 INSTALLATION F I ATIO D OVERB A. Install insulati anels it oints with edges in moderate contact in accordance With the ' ma of 's re s. Where insulation is installed in two or more layers,,joints b e lay s. ntain a maximum panel size of 4 feet by 4 feet for polyisoc rate / fi erb rd insul ' applied in insulation adhesive or hot asphalt. Install only as much ip XNkas can be made watertight within the same work day. B. Crickets: §�� c ckets of tapered insulation panels in a layout as indicated on the roof plan. C. Tapered Edge at Transitions: Field -cut, shape and install tapered edge strip at transitions of 1/4 inch or greater between substrate components to provide a smooth transition and proper support for the subsequent insulation layer or membrane/flashing system components. D. Insulation - multiple layer: Mechanically attach both layers of polyisocyanu rate simultaneously to the substrate, using the specified fasteners, at a rate of 1 fastener for every 4 square feet of panel area (8 per 4' x 8' panel). Mechanically attach the perimeter of the roof at the rate of 1 fastener per 2 square feet of panel area (16 per 4-foot by 8-foot panel) and the corners at the STYRENE BUTADIENE FAYONC22.00 Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 7 11-02-2023 Roof Replacement rate of 1 fastener per 1 square foot of panel area (32 per 4-foot by 8-foot panel). Set the cover panel in an application of the specified insulation adhesive in 3/4- to 1-inch wide beads spaced 12 inches on center through the field of the roof, 8-inch centers at the perimeter, and 6-inch centers in the corners. Panels may be affected by post -growth of the insulation adhesive. Continuous walking in of the panels is recommended particularly in perimeter/corner areas with reduced bead spacing. Follow the requirements and guidelines of the insulation adhesive manufacturer/supplier. Stagger the panel joints between insulation layers. 3.05 APPLICATION OF BITUMINOUS ROOFING MEMBRANE A. Apply all layers of roofing with side laps running perpendicular to the direction of the slope. Exert sufficient pressure on the roll during application to ensure prevention of air pockets, wrinkles, creases or fishmouths. Refer to the manufacturer's guidelines for maximum sheet lengths and special fastening of the head laps where the roof deck slope exceeds 1/2 inch per foot. B. Fully bond the base ply to the prepared substrate, utilizing minimum 3 inch side and end laps. Apply each sheet directly behind the cold adhesive applicator. Apply tl e adhesive in a full coating, extending completely up to the selvage edge of the adjac t course of f membrane to be overlapped, taking care to keep the adhesive off of the selv�e ap that y� eat welded. Place a straight 2"x6" or larger board adjacent to tl�e o 'i ed bitupmiTsf eet overlap to help reduce lifting of the overlapping she and the area, i g the potential for entrapped air during heat welding. Lay th oard su a weI zzle does not extend into the overlap beyond the speci ed I width. he sid s, ead laps, and T- laps of the membrane behind the h r. Cut ar an I he end laps on overlapping selvage edges. Using trowely top pre su o top seal T-laps immediately following sheet appStag � lap a m of 3 feet. C. Fully bond the finish ply to thZZIrply, util i 1'f5inimu side end laps. Apply each sheet directly behin d adhe �plicat ly th a in a full coating, extendingcompletely u t sely e oft co s of membrane to be p Y overlapped, taking ca t k p the dh ive o o Iva e la t will be heat welded. Place a straight 2 rger boar djac t t e modifi itumen sheet overlap to help reduce lifting of the verlappa g hNt beyon a selvag nhibiting the potential for entrapped air during eat Idi . Lay th such a welder nozzle does not extend into the overlap beyond th�Cecif ied I Roll tNt e laps, head laps, and T-laps of the membrane behind t ewelde og ear t the end laps on overlapping selvage edges. Using a c ro el, app ress r seal T-laps immediately following sheet application. Stag e e lap i n i um of Stagger side laps of the finish ply a minimum 12 iM es m sid in the u erl g base ply. Stagger end laps of the finish ply a minimum►3 a rom a the ing base ply. 3.06 APPLICATVimen FLAS ND "' I A. ModifieFI hin Syste ly the specified base flashing materials in accordance with the manufp standard details. Notify the design team immediately of any flashing heights bel . For torch applied base flashings, apply a 12-inch self-adhesive cant backing shoetet nding 6 inches onto the field of the roof area and a minimum of 6 inches up the verticalce utilizing minimum 3 inch laps. Set the non-combustible cant into place dry prior to installation of the roof membrane base ply and subsequent flashing system. Flash walls and curbs using the reinforcing sheet and flashing membrane. Exert pressure on the flashing sheet during application to ensure complete contact with the vertical/horizontal surfaces, preventing air pockets. Check and seal all loose laps and edges. Nail the top edge of the flashing on 9 inch centers. (See the manufacturer's schematic for visual interpretation). B. Liquid Flashing System: Install the specified liquid -applied flashing system in accordance with the membrane system manufacturer's printed installer's guidelines and other applicable written STYRENE BUTADIENE FAYONC22.00 Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING City of Fayetteville Administration Building 07 5216 - 8 11-02-2023 Roof Replacement recommendations as provided by the manufacturer. 3.07 APPLICATION OF SEALANT A. Apply a smooth continuous bead of the specified sealant at the exposed finish ply edge transition to metal flashings incorporated into the roof system. 3.08 APPLICATION OF WALKTREAD A. Cut the specified walktread into maximum 5 foot lengths and allow to relax until flat. Adhere the sheet using the specified plastic cement. Apply the specified cement in a 3/8 inch thickness to the back of the product in 5 inch by 5 inch spots in accordance with the pattern as supplied by the walktread manufacturer. Walk-in each sheet after application to ensure proper adhesion. Use a minimum spacing of 2 inches between sheets to allow for proper drainage. 3.09 FIELD QUALITY CONTROL A. Notify the manufacturer of job completion in order to schedule a final inspection date. 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 manufacturer's representative. Complete, sign, and send the punlist form to � manufacturer's headquarters. , \l v B. Leave all areas around job site free of debri ; roofing mat uipment� lated items after completion of job. a C. Complete all post installation procedures nd eet the facture ' e irements for issuance of the specified guarante • END TION 16 G O 'Q 'Q O G � � o o � G� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement STYRENE BUTADIENE Addendum #5 STYRENE MODIFIED BITUMINOUS MEMBRANE ROOFING 07 5216 - 9 11-02-2023 Attachment E SECTION 07 5400 THERMOPLASTIC MEMBRANE ROOFING PART 1 GENERAL V.20 1.01 SECTION INCLUDES A. Single ply thermoplastic roofing membrane fully adhered system. B. Insulation, flat and tapered. C. Cover boards. D. Roofing cant strips, stack boots, roofing expansion joints, and walkway pads. 1.02 REFERENCE STANDARDS A. ASCE 7 - Minimum Design Loads for Buildings and Other Structures 2010, with 2013 Supplements and Errata. B. ASTM C1177/C1177M -Standard Specification for Glass Mat Gypsumubstrate for Use as Sheathing 2013. C. ASTM C1289 - Standard Specification for Faced Rigid Cellular PRi Scyanur rmal Insulation Board 2014. +`O D' D. ASTM C1396/C1396M - Standard Specifica Gyps �rard 201 pE. ASTM D6878/D6878M - Standard S ecif' atidh zrr Th astic P I in Based Sheet Roofing 2013. F. ASTM E1980 - Standard Practice f latin i,r Reflec i e ndex of Horizontal and Low -Sloped Opaque Surfaces vvvv// G. FM (AG) - FM Approval Guid nt editi H. FM DS 1-28 - Wind Desi O I. NRCA (RM) - The NR fing u 2017 J. NRCA WM - The proofing Ma al 05. ( ) P 9 a► K. UL (FRD) - Fire Res tanc it r�r curr tion. 1.03 ADMINISTRATIVE REQUIRE TS O J► A. Preinstallation Meetironvene�ek bef ing work of this section. 1. Review pre r ti and i tal on pro and coordinating and scheduling required with rela d wcle 1.04 SUBMITTALS. V A. See S i 3000 - istra ' r ents, for submittal procedures. B. Product D Provitte m nufactuatalog data for membrane materials including flashing materials, ins steners, and adhesives. C. Shop Draw' gs\ it drawings that indicate joint or termination detail conditions, conditions of interfaceVJllbther materials, mechanical fastener layout, and paver layout. 1. Include UL Assembly and FM Assembly Compliance. D. Wind resistance documentation including uplift wind pressures, calculations, assembly installation methods and manufacturer's certification on uplift pressures. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. F. Installer's Qualification Statement. G. Manufacturer's Installation Instructions: Indicate membrane seaming precautions and perimeter conditions. FAYONC22.00 Addendum #5 Thermoplastic Membrane Roofing City of Fayetteville Administration Building 07 5400 - 1 11-02-2023 Roof Replacement H. Manufacturer's Field Reports: Indicate procedures followed, ambient temperatures, humidity, wind velocity during application, and supplementary instructions given. I. Manufacturer's Qualification Statement. J. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. Provide letter from manufacturer indicating intent to warrant the roofing system. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section with at least three years of documented experience and approved by manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original containers, dry and undamaged, with seals and labels intact. B. Store materials in weather protected environment, clear of gro n moist C. Ensure storage and staging of materials do of exceed d dyna-bearing capacities of roof decking. D. Protect foam insulation from direct ex os re t sunligh� 1.07 WARRANTY A. See Section 01 7800 - CLOSE MITT r addit�l►�esarranty requirements. B. Manufacturer's Warranty: 1. Material Warranty: P single- manuf r 's No �4�I�tmit (NDL) warranty for weathertightnes f ofing t inclu ent and/or replace roofing ' that fails to keep u er wit s cifie per .od years from date of Substantial on. 2. Warranty cov ge to i e4pofing A brane, ba ings, liquid applied flashing, s roofing membr ne ac ss s, roof ion, fa , cover board, walkway products, manufacturer's expan joints,etal pr parapet caps, and other single - source compo s roofin market a manufacturer. C. Installer's Warra ide arraNyinwhi er agrees to repair and replace components o the r ing syxe that fail in m als or workmanship within 2 years from the date of Subst al omple 1. Wa era e r de wor Section, including all components of roofing s ch as b ne, �i g, roof insulation, fasteners, cover boards, su a boar , v or reta rs nd walkway products. PART 2 PRODUCTS 2.01 MANUFACTU�� A. Thermoplalyolefin (TPO) Membrane Materials: 1. Carlisle Roofing Systems, Inc; Sure -Weld TPO: www.carlislesyntec.com. 2. Firestone Building Products, LLC: www.firestonebpco.com/#sle. 3. Johns Manville CorporationJM TPO: www.jm.com.. 4. Substitutions: See Section 01 6000 - Product Requirements. B. Insulation: 1. Atlas Roofing Corporation: www.atlasroofing.com. 2. Carlisle SynTec; SecurShield Insulation: www.carlisle-syntec.com/#sle. 3. GAF: www.gaf.com/#sle. 4. Owens Corning Corporation: www.ocbuildingspec.com/#sle. FAYONC22.00 Addendum #5 Thermoplastic Membrane Roofing City of Fayetteville Administration Building 07 5400 - 2 11-02-2023 Roof Replacement 5. Substitutions: See Section 01 6000 - Product Requirements. 2.02 ROOFING SYSTEM DESCRIPTION A. Thermoplastic Membrane Roofing: One ply membrane, fully adhered, over insulation. B. Roofing System Requirements: 1. Warranty: Full system warranty covering membrane, roof insulation, and membrane accessories. 2. Solar Reflectance Index (SRI): 78, minimum, calculated in accordance with ASTM E1980. a. Field applied coating may not be used to achieve specified SRI. 3. Roof Covering External Fire Resistance Classification: UL (FRD) Class A. 4. Factory Mutual Classification: Class 1 and windstorm resistance of 1-90, in accordance with FM DS 1-28. 5. Wind resistance: Roofing system must be successfully tested by a qualified testing agency following ANSI/FM 4474 to resist the design uplift pressures calculated by the American Society of Civil Engineers (ASCE) 7 and after multiplying the results with a safety factor (determined by design professional), but assembly uptift pres ures shall be not less than 60 lbs. / sq. ft. Ps ' 6. Insulation Thermal Resistance (R-Value): 3 per inch, mi ; providea ion of thickness required to achieve total LT T of 26. �`` C. Roofing System Components: Listed in orde o the t ' 1i'e roof �GJ 1. Membrane: Thicknesses as specifi d, f y adhe 2. Coverboard Over Insulation: ��ia ally att 3. Insulation: Mechanically atta `` G 4. Structural base: Existing w k 2.03 MEMBRANE ROOFING AND ATED RIALS A. Membrane Roofing Mate' 1. TPO: Thermopl yolefi vas. co h ST `/D6878M, sheet contains rein brics or a. Thicknes il,160.inch, mi um. a► B. Flexible FlashingMaterial: a aterial s mbra C. Water Pervious Fabri po flue, e, UV s �d, open to moisture movement, black. 2.04 DECK SHEATHING RB D 2.05 COVER BOARD �( A. Cover B �Qfass-ma gyps a Is complying with ASTM C1177/C1177M. 1. T 5/8 in pe X, ire stant. 2. Ma ctureT.'k a. Geo !?* ific; DensDeck Prime with EON IC Technology: ck.com/#sle. b. bst u ions: See Section 01 6000 - Product Requirements. 2.06 INSULATION A. Polyisocyanurate (ISO) Board Insulation: Rigid cellular foam, complying with ASTM C1289. 1. Classifications: a. Type II: 1) Class 1 - Faced with glass fiber reinforced cellulosic felt facers on both major surfaces of core foam. 2) Compressive Strength: Classes 1-2-3, Grade 2 - 20 psi (138 kPa), minimum. 3) Thermal Resistance, R-value: At 1-1/2 inch thick; Class 1, Grades 1-2-3 - 8.4 (1.48) at 75 degrees F. FAYONC22.00 Addendum #5 Thermoplastic Membrane Roofing City of Fayetteville Administration Building 07 5400 - 3 11-02-2023 Roof Replacement 2. Board Size: 48 by 96 inch. 3. Board Thickness: 1.75 inch. minimum. Provide insulation in layers as necessary to achieve R-20, minimum 2 layers of insulation. 4. Tapered Board: Slope as indicated; minimum thickness 0.5 inch; fabricate of fewest layers possible. 2.07 ACCESSORIES A. Stack Boots: Prefabricated flexible boot and collar for pipe stacks through membrane; same material as membrane. B. Sheet Metal Flashings: See Section 07 6200. C. Insulation Fasteners: Appropriate for purpose intended and approved by roofing manufacturer. 1. Length as required for thickness of insulation material and penetration of deck substrate, with metal washers. D. Thinners and Cleaners: As recommended by adhesive manufacturer, compatible with membrane. E. Insulation Adhesive: As recommended by insulation manufacture F. Sealants: As recommended by membrane manufacturer. • G. Walkway Pads: Suitable for maintenance tr ontrasti or of visually distinctive from roof membrane. 1. Composition: Roofing membrane nuf cturer's ard. 2. Size: Manufacturers standard 3. Surface Color: White or yelloo4 PART 3 EXECUTION 3.01 EXAMINATION • a► A. Verify that surfaces an nditi s ad �wo ` B. Verify deck is sup e d secure. C. Verify deck is clean nd smon fly free of ressions, or projections, properly sloped and suitable or ins lati of roof & . IV D. Verify deck surfaces are d d fre o s w or ice J► E. Verify that roof op curbs, tratio gh roof are solidly set, and cant strips are in place. A 3.02 WOOD DECK PR ION A. Verify fla • tightn s 'oints ib ecking. Fill knot holes with latex filler. B. Confir eck by m ture met rwi 2 percent moisture maximum. 3.03 INSTALLATI - G L A. Perform ance with manufacturer's instructions, NRCA RM ,and NRCA WM ) applicablewoqui 1'nents. B. Do not apply ofing membrane during unsuitable weather. C. Do not apply roofing membrane when ambient temperature is outside the temperature range recommended by manufacturer. D. Do not apply roofing membrane to damp or frozen deck surface or when precipitation is expected or occurring. E. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed the same day. F. Coordinate this work with installation of associated counterflashings installed by other sections as the work of this section proceeds. FAYONC22.00 Addendum #5 Thermoplastic Membrane Roofing City of Fayetteville Administration Building 07 5400 - 4 11-02-2023 Roof Replacement G. Install blocking at all locations where fastening occurs where structure is not locationed. Blocking required but not limited at parapets, termination bars, and as shown on drawings. 3.04 INSULATION APPLICATION - UNDER MEMBRANE A. Attachment of Insulation: 1. Mechanically fasten insulation to deck in accordance with roofing manufacturer's instructions and FM (AG) Factory Mutual requirements. B. Cover Boards: Fully adhere cover boards in accordance with roofing manufacturer's instructions and FM (AG) Factory Mutual requirements. C. Lay subsequent layers of insulation with joints staggered minimum 6 inch from joints of preceding layer. D. Place tapered insulation to the required slope pattern in accordance with manufacturer's instructions. E. Lay boards with edges in moderate contact without forcing. Cut insulation to fit neatly to perimeter blocking and around penetrations through roof. F. At roof drains, use factory -tapered boards to slope down to roof Ri over a e of 18 inches. * G. Install tapered insulation at roof drain count to be a main pe. H. Do not apply more insulation than can tv ed with rane in day. 3.05 MEMBRANE APPLICATIONnJ• A. Roll out membrane, free from wri k stears. sheet ' ce without stretching. B. Shingle joints on sloped subs r it directi inage` C. Fully Adhered Application: mbed ane in a ve ex eas directly over or within 3 inches of expans ints. I ere or r ing to adjacent rolls. Adhesive amount mu c m toq�semb r lT�me s. �V D. Overlap edges an nd al seams by nt adhesi , inimum 3 inches. Seal permanently waterp of. E. At intersections with vertic ces: O 1. Extend me mbr cant up a of 8 inches onto all vertical surfaces. 2. At parapet d�304; dgcat s, extenbrane system up vertical surface to below the exist ml my par cap with er ation bar a reglet flashing. 3. Apply*licgliciwashin o ing it rapet coping as specified in section 07 5216- St adie a MoO, inous Membrane Roofing. the bituminous asurfac flashing hepecified in section 07 5216 is not required for use with the memb ne. F. Around roof ti s, seal flanges and flashings with flexible flashing. G. Install roofi �sion joints where indicated. Make joints watertight. 9 1 1 9 1. Install Ppoffibricated joint components in accordance with manufacturer's instructions. H. Seal perimeter of entire roofing system membrane to weather barrier. 3.06 FINISHING UNBALLASTED SURFACES A. Install walkway pads. Space pad joints to permit drainage. B. Place walkway pads around perimeter of all rooftop mounted equipment, roof hatches, ladders, roof access doors and/or as indicated on drawings. Provide paths from roof access locations to all rooftop equipment. 3.07 FIELD QUALITY CONTROL FAYONC22.00 Addendum #5 Thermoplastic Membrane Roofing City of Fayetteville Administration Building 07 5400 - 5 11-02-2023 Roof Replacement A. Require site attendance of roofing and insulation material manufacturers daily during installation of the Work. 3.08 CLEANING A. Remove bituminous markings from finished surfaces. B. In areas where finished surfaces are soiled by work of this section, consult manufacturer of surfaces for cleaning advice and comply with their documented instructions. C. Repair or replace defaced or damaged finishes caused by work of this section. 3.09 PROTECTION A. Protect installed roofing and flashings from construction operations. Daily remove any object(s) that may cause damage to roofing system. B. Where traffic must continue over finished roof membrane, protect surfaces using durable materials. END OF SECTION `o o � � � o G � � o o � � G G� FAYONC22.00 City of Fayetteville Administration Building Roof Replacement Addendum #5 07 5400 - 6 Thermoplastic Membrane Roofing 11-02-2023 Attachment F SECTION 07 6200 SHEET METAL FLASHING AND TRIM PART 1 GENERAL V.20 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings and counterflashings. B. Sealants for joints within sheet metal fabrications. 1.02 REFERENCE STANDARDS 1.03 1.04 A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum 2012. B. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels 2013. C. ASTM B209 -Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate 2014. D. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate [Metric] 2014. V E. ASTM D226/D226M - Standard Specification for Asphalt-Satura anic Fd in Roofing and Waterproofing 2009. �` , D' F. ASTM D4479/D4479M - Standard Specifica Asph dbf CCoatin estos-Free 2007 (Reapproved 2012). G. ASTM D4586/D4586M - Standard on for h It Roof C� , Asbestos -Free 2007 (Reapproved 2012). �� (� H. CDA A4050 - Copper in Archite� andbo Trent i V I. SMACNA (ASMM) - Architec `sheet M I anual SUBMITTALS O A. See Section 01 3000 strati `�R uire sub&it cedures. "cB. Shop Drawings: Ift a al profile, m ria icknessting pattern, jointing details, fastening methods, shin s, t 'Rations nstallati Is. C. Samples: Submit two sam _by_ ah in si rating metal finish color. 1. Color chart can submitted Iry as I a physical sample is submitted for final approv QUALITY ASSURAN �� `✓ MM) and CDA A4050 requirements and A. Perform standarc B. Maintal C. Fabricator and 104W Qua] ificationr Company specializing in sheet metal work with 3 years of document i nce. 1.05 DELIVERY, S R ,AND HANDLING A. Stack materia o prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Reference roofing specifications for warranty limits and terms that apply. Products or fabrications installed with the roofing system to contain manufacturer's warranty as specified in roofing specification section. PART 2 PRODUCTS FAYONC22.00 Addendum #5 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 1 11-02-2023 Roof Replacement 2.01 MANUFACTURERS A. Sheet Metal Flashing and Trim Manufacturers: 1. Petersen Aluminum Corporation: www.pac-clad.com/#sle. 2. Metal Era Inc. www.metalera.com. 3. Substitutions: See Section 01 6000 - Product Requirements. 2.02 SHEET MATERIALS A. Pre -Finished Aluminum: ASTM B209 (ASTM B209M); 0.032 inch thick minimum; plain finish shop pre -coated with fluoropolymer coating. 1. Fluoropolymer Coating: High Performance Organic Finish, AAMA 2604; multiple coat, thermally cured fluoropolymer finish system. 2. Color: As selected by Architect from manufacturer's standard colors. 2.03 FABRICATION A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions etal and n other characteristics of item indicated. Shop fabricate items whecticable. in field measurements for accurate fit before shop fabrication. `- • B. Fabricate sheet metal flashing and trim in t ess or wei ed to c with performance requirements, but not less thanir pecifi ach ap c n and metal. C. Form sections true to shape, accuratQ i ize, square ee fro ion or defects. Fabricate metal flashing and trim t xces iv olnning, g and tool marks, true to line and levels indicated with ex s edges back to m ems. D. Form pieces in longest possibl s to a um of unle specifically approved otherwise by Architect. Trea s betwe o if ces 41t -lock seams at non- moving joints, unless oth dic a Tnoving us apped, bayonet type or interlocking hooked E. All exposed edge Id o�/1�rsch; mi an seam corners. F. Fabricate corners f m one aVbackQhe vAh minim 18 inch I ; seam for rigidity, seal with sealant. O G. Sealed Joints: Form on- sio vable jo i'metal to accommodate elastomeric sealant to comply wi ACNA c ndatio , H. Expansion Provi her pp or bay e expansion provisions in the Work cannot be used, form xpa on joint ermeshi g hdoked flanges, not less than 1 inch deep, filled with elastoW�ealant o d wit ts. Provide for expansion no more than in 40 feet long se 1. Concea Hers and ansion �rov i ns where possible on exposed -to -view sheet metal flashing a tri ss otherwisellld'rcated. J. Fabricate cl �i a tachment devices from same material as accessory being anchored or from comp tib11 ncorrosive metal. 1. Thickn As recommended by SMACNA's "Architectural Sheet Metal Manual" for application but not less than the thickness of the metal being secured. 2.04 ACCESSORIES A. Fasteners: Aluminum or Stainless Steel, with soft neoprene washers. B. Underlayment: ASTM D226/D226M, organic roofing felt, Type I (No. 15). C. Protective Backing Paint: Zinc molybdate alkyd. D. Concealed Sealants: Non -curing butyl sealant. E. Flexible Flashing: Self -adhered flashing as specified in Section 07 2500. F. Sealants: Type as specified in Section 07 9200. FAYONC22.00 Addendum #5 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 2 11-02-2023 Roof Replacement G. Plastic Cement: ASTM D4586/D4586M, Type I. H. Regeets: 2 Piece Surface mounted type, galvanized steel; face and ends covered with plastic tape. 2.05 WALL SHEET METAL FABRICATIONS A. Opening Flashings in Frame Constructions: Fabricate head, sill and similar flashing to extend beyond openings as indicated. Unless otherwise indicated, form head and sill flashing with 2- inch high end dams. 2.06 MISCELLANEOUS SHEET METAL FABRICATIONS A. Beam and Column Surrounds: Fabricate as detailed, reinforced as required for a smooth, even appearance without oil -canning or distortions, with tight seams and all exposed edges hemmed. PART 3 EXECUTION 3.01 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents throe roof are so�set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashing a in place, nd sect r' 3.02 PREPARATION c, v A. Install starter and edge strips, and claa ore start' 3fallatio p B. Install surface mounted reglets true and id sea o reglets with sealant. C. Back paint concealed metal su ith prot ack' o a minimum dry film thickness of 15 mil. 3.03 INSTALLATION GENERAL �/ o A. Secure flashings in pl g con eal haste �aQ use e s fasteners only where permitted. Install e comply�M o - syste atin s. B. Apply plastic ceme compo between m flashings flashings. C. Fit flashings tight in place; orners e, surfa a and straight in planes, and lines accurate to profiles. � D. Finishes: Touchu I tches d finis with paint to match. 3.04 ROOF FLASHING I LATI A. General: Ins heet m t ashi trim to comply with performance requirements, sheet m I acture en in do instructions, and SMACNA's "Architectural Sheet Metal Provi o eale as rs where possible, set units true to line, an level as indicate stall w wi laps, j is ns seams that will be permanently watertight. B. Roof Edge Flan d Copings: Anchor to resist uplift and outward forces according to recommen t G Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated. om ly with installation requirements of roofing manufacturer regarding spacing of anchors belo embrane flashing in field of roof. 1. Install flexible flashing covering entire substrate beneath coping; not required where roofing material extends beneath coping. Seal perimeters against weather barrier and/or roofing. 2. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate at minimum 8-inch centers. C. Pipe or Post Counterflashing: Install counter flashing umbrella with close -fitting collar with top edge flared for elastomeric sealant, extending a minimum of 4 inches of base of flashing. Install stainless steel draw band and tighten. D. Counterflashing: Coordinate installation of counter flashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend FAYONC22.00 Addendum #5 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 3 11-02-2023 Roof Replacement counterflashing 4 inches over base flashing. Lap counterflashing joints a minimum of 4 inches and bed with elastomeric sealant. 1. Secure in a waterproof manner by means of anchor and washer at 36-inch centers. E. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. 3.05 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetration moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall -opening components such as windows, doors and louvers. B. Opening Flashings in Frame Construction: Install continuous head, sill and similar flashings to extend beyond wall openings a minimum of 4 inches or as indicated. C. Install reglets per manufacturer's recommendations. 3.06 MISCELLANEOUS FLASHING INSTALLATION A. Equipment Support Flashing: Coordinate installation of equipment sup}0ort flas V g with installation of roofing and equipment. Weld or seal flashing with �meric s to equipment support member. 3.07 FIELD QUALITY CONTROL •`o A. Inspection will involve surveillance of wor d ng install io iU asce i pliance with specified requirements. E ECT �+ o � � � o G � � o o � � G G� FAYONC22.00 Addendum #5 Sheet Metal Flashing and Trim City of Fayetteville Administration Building 07 6200 - 4 11-02-2023 Roof Replacement J o z- w< Ow �0wl 5 Ra N„ m amp �w a 8 g o w �s Uof } �mOev�g`e OP U g yp° 3-uv UQ ER A =- 8 zo El _ ° x z a €g E€ Hl �m so LD� g' IN ° OFa g, / / � LL auoa cg9Y tl x g$Y G3 �� W Z �a ft NX- TEIUE--7 LLJ O im 3 Z zOLL< YY � �� �3 g Y' Qii ________.-----_____--_ __ s :" �o`� d S b W 2 �xa I gN:1 3v. bey^a g¢ S dp8g @ zym) %. pi-.530? 'i OF LL __________ ___ s, pxi xpe d ' 1 gatHingpanA J F F J 8 LQj w x ya al s we � `" . - �� �oa� • O m� a geaJIM,It MAN 3 mom , L i SS 3 p V� 3W z e€o gfi W i��WW 38 &e b - gz% 3N 4 _ p M Eg Ery IU-1 �. "aa O Elg rn I R& I '� s' o ag bY. a:"eie4i B'aa gp �r as§'� NNW bay € e�e�3a da F Q ° 0 p gff�� o !QQ N= za, = g�I1II_ a� 4 111®II�Hs��igo. I gb g`d;4�1111111��."liilii_ae;,,,, t �s �g � €d 4 5 $ cSa lilt, a 5 5 g II 3 •, 3 © ,� Iq1—a ea Iz B ra56 `<s.=[' aX¢l i11 ELEVATE Attachment J HolcimElevate.com Glass Yarn Sand Surfacing Reinforced Polyester Mat / l sBS Modified Bitumen Sand Surfacing SBS Premium Poly Base Item Description Item Number 1 Roll W71HSS1600 Meets ASTM D 6164, Type II, Grade S. Tested in Accordance with D 5147. V Description Elevate SBS Premium Poly Base is a St-Butad' - tyrene ied �tunmen membrane that is reinforced with a 265 g/m2 (5.43 lb/100 f n-wov l ester hanced continuous glass fiber yarn in the machine direction. The co In tion r l a fl i ab rane. The addition of SBS rubber optimizes the natural wa er o I char t istics f alt d i ses system performance by adding elongation, elasticity, an 1'loili o the shee Th proprie r ompound provides resistance to thermal and physical forces over wide a g Hemp �i. es. n' V SBS Premium Poly Base is ideal for both con r ct n and r f g applications. SBS Premium Poly Base is designed specifically as a base l y or use vate S ified Bitumen Systems and is an excellent choice when a strong, heavy ba e quir�N�n t roofin m. Method of Applicatt �► �►� . 1. SBS Premium Polk e can e i alled h h`asphalt, heat -fusing, or Elevate Multi -Purpose MB Cold Adhesive. 2. Please see the E va sphalt Roofing Systems Guide for Applicators and Designers at www.HolcimElevate. or detailed information regarding the application of SBS Premium Poly Base membrane. Acceptable Immediate Substrates for Cold Adhesive Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer). ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth, and primed with ASTM D- 41 primer). ■ DensDeck® Prime, SECUROCK® Gypsum Fiber. ■ Elevate ISO 95+TM GL Insulation, ISOGARDT, HD Composite or Cover Board, RESISTAT" Insulation. September 29, 2022 TIS 526 Sales: (800) 428-4442 Technical (800) 428-4511 HOLCIM i11 ELEVATE HolcimElevate.com Acceptable Immediate Substrates for Heat -Welded Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer). ■ Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth, and primed with ASTM D- 41 primer). ■ DensDeck Prime, SECUROCK Gypsum Fiber. Acceptable Immediate Substrates for Hot Asphalt Application ■ Structural Concrete (must be clean, dry, properly cured, and primed with ASTM D-41 primer). • Existing Smooth Surface BUR or SBS Modified Bitumen (must be clean, smooth, and primed with ASTM D- 41 primer). ■ DensDeck Prime, SECUROCK Gypsum Fiber, STRUCTODEK® HD with Primed F,�*d Coating. NOTE: Please consult the Elevate Asphalt Roofing Systems Guide for' Qlicator a Designers and QuickSpecs online at www.HolcimE[evate.com to review specific inform i regard' type of deck and insulation in use. P Storage ■ All material should be stored out of the we clear area i i s c`Giggiinal unopened packaging at a minimum of 50 °F (10 °C) and a maximu °F (3 ,bo that Ve 50 °F (10 °C) or above at the time of application. Do not stack Elevate emiu �ase an tv*o ballets high. `V" ■ If the material must be stored to r rily o of be *an rrst be elevated from the roof surface on a pallet, stored e coverm th er wi a li -colored opaque tarp in a neat, safe manner that does note h owable loa imi f the st ra area. V V, V Precautions D( � J. ■ Refer to Safety Data Sheets( or ad i afety ' ation. ■ Take care when transportiig��d ha vate M if' d Bitumen rolls to avoid punctures and other types of physical damat V Isolate waste pr� Elevate Modified LEED° Information Post -Consumer Recycle( Post Industrial Recycled UunieM Manufacturing Location: Beech Grove, IN APPROVED NOTE: LEED° is a registered trademark of the U.S. Green Building Council September 29, 2022 nd vegetable) and animal fats from all Sales: (800) 428-4442 1 Technical (800) 428-4511 TIS 526 HOLCIM i11 ELEVATE HolcimElevate.com Properties ASTM Required Value Elevate Typical Performance Product Thickness 115 mil min (2.92 mm min) 162 mil (4.11 mm) Net Mass 70 lb/100 ft2 min (341.7 kg/m2 min) 106 lb/100 ft2 (517.5 kg/m2) Bottom Side Coating 40 mil (1.02 mm) 80 mil (2.03 mm) Peak Load at 0 OF (-18 °C) 100 lbf/in min, MD (17.5 kN/m min, MD) 105 lbf/in, MD (18.4 kN/m, MD) 100 lbf/in min, CD (17.5 kN/m min, CD) 105 lbf/in, CD (18.4 kN/m, CD) Elongation at Peak Load 20% min, MD 30%, MD at 0 OF (18 °C) 20% min, CD 30%, CD Peak Load at 73 OF (23 °C) 70 lbf/in min, MD (12.3 kN/m min, MD) 75 lbf/in, MD (13.1 kN/m, MD) 70 lbf/in min, CD (12.3 kN/m min, CD) 70 lbf/in, CD (13.1 kN/m, CD) Elongation at Peak Load 50% min, MD 55%, MD at 73 OF (23 °C) 50% min, CD 55%, CD Ultimate Elongation 60% min, MD #* 65%, MD at 5% of Peak Load 73 OF (23 °C) 60% min, CD AM& 6 o, CD Heat Aged Peak Load at 0 OF (-18 °C) 100 lbf/in min, MD (17.5 kN/m min, MD) 5 lbf/in .4 kN/m, MD) ' 100 lbf/in min, CD (17.5 kN/m min, CIDV 105 lbf 8.4 kN/m, CD) Heat Aged Elongation 20% mi 0%, MD at Peak Load at 0 OF (18 °C) 20% min D 30%, CD Heat Aged Peak Load at 73 °F (23 °C) 70 lbf/in minD, M12.3 N/m mi b /in, MD (13.1 kN/m, MD) 70 lbf/in m' .3 kN/ ) Win, CD (13.1 kN/m, CD) Heat Aged Elongation ° in, M 55%, MD at Peak Load at 73 OF (23 °C) /o min, 55%, CD Heat Aged Ultimate Elongation 0% mi 65%, MD at 5% of Peak Load 73 OF (23 °C) 60% C • 65%, CD Tear Strength at 73 OF (23 °C) f 1 N min, lbf, MD (334 N, MD) 0 lbf in, 311 i 75 lbf, CD (334 N, CD) Dimensional Stability 1% Cha ge, 0.2% max Change, MD 1°/ max Ch e, 0.2% max Change, CD Low Temperature Flexibility max ( ax) -15 OF (-26 °C) Compound Stability 215 °C) 250 OF (121 °C) Product .g Roll Width ♦ ) Roll Length 314T 0.2 Net Coverage Roll Weight 1 ft2 (9.4 m2) 114 lb (52 kg Pallet Size ow 48" x 39" (1.2 m x 1 m) Rolls per Pallet 20 Weight per Pallet 2,280 lb (1,034 kg) Please contact Holcim Technical Services at 800-428-4511 for further information. This sheet is meant to highlight Elevate products and specifications and is subject to change without notice. Holcim takes responsibility for furnishing quality materials that meet published Elevate product specifications or other technical documents, subject to normal manufacturing tolerances. Neither Holcim nor its representatives practice architecture. Holcim offers no opinion on and expressly refuses any responsibility for the soundness of any structure. Holcim accepts no liability for structural failure or resultant damages. Consult a competent structural engineer prior to installation if the structural soundness or structural ability to properly support a planned installation is in question. No Holcim representative is authorized to vary this disclaimer. September 29, 2022 TIS 526 Sales: (800) 428-4442 1 Technical (800) 428-4511 HOLCIM 3 40 Firestone, the brand of premier roofing, wall, and lining systems you know and trust, will be coming to you under a new name: Elevate. During our transition, products carrying the brand name Firestone will change to Elevate on product labels and packaging, Technical Information Sheets, and elsewhere. Only the brand name is changing. Our products remain the same. I For further information on our brand transition to Elevate, scan t belo your smartphone, or visit our website: www.holcimelevat VIZ rro 1 - ba Fos Bid 23-42, Addendum 6 Date: Monday, November 6, 2023 V4W To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@favetteville-ar.gov RE: Bid 23-42, Construction — City Hall Roof Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. Questions: The following questions have been received and answee cor s nding department regarding the roofing system to instal er FM r • ' ents (r r Addendum 5): a. Question: FM does not test or have No numb r woo ing. Will this specification be revised? 1� �"' i. Answer: Please omit FMremen Spec J 07 400 b. Question: Please clarify th t e pol �urat f r pro' c e 2 layers of 1.75". TPO specification 07 540 ubse 'o 2.02 alls f r a alue of LTTR 26. i. Answer: Polyi cyonu iAultotionkboll be 2 I f 1. 75. Min R value shall be R-20 , �O, c. Question: Can you ple e i if 4Q boar e TPO roofing option is to be adhered in insulation adhesive s>ified o 00 a bsection 3.04 B, or if it will be mechanically attached as specifi pag 07 400 sub on 2.02 / C. 2? i. Ans" . (C er111���bo be q to insulation � G G� City of Fayetteville, AR Bid 23-42, Addendum 6 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 CITY OF WA FAYETTEVILLE ARKANSAS Bid 23-42 Addendum 6 Milestone Construction Company, LLC Milestone Construction Company, LLC Supplier Response Event Information Number: Bid 23-42 Addendum 6 Title: Construction - City Hall Roof Replacement Type: Invitation to Bid Issue Date: 10/1 /2023 Deadline: 11/7/2023 03:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the replacement of the roof and the skylight at the Fayetteville City Hall building. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 3 pages Vendor: Milestone Construction Company, Bid 23-42 Addendum 6 LLC Milestone Construction Company, LLC Information Contact: Erin Metcalf Address: 2002 S. 48th Street Suite A Springdale, AR 72762 Phone: (479) 751-3560 x202 Fax: (479) 751-4841 Email: emetcalf@mstonecc.com Web Address: mstonecc.com By submitting your response, you certify that you are authorized to represent and bind your company. Erin Metcalf Signature Submitted at 111712023 02:31:12 PM (CT) Requested Attachments Bid 23-42, Required Signature Forms emetcalf@mstonecc.com Email Required Signature Forms.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid 23-42, Bid Bond Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Please put cost per square foot for removal of deteriorated wood board roof decking and replacement with new OSB roof sheathing: Please refer to page 39 of Project Manual and see Section 06 1000-Rough Carpentry $3.90 2 Please put cost per square foot for masonry repointing: Please refer to page 39 of Project Manual and see Section 04 0100-Maintenance of Masonry $42.00 3 Please put cost per square foot for brick replacement: Please refer to page 39 of Project Manual and see Section 04 0100-Maintenance of Masonry $60.00 4 Arkansas Secretary of State Filing Number: 800044464 5 Arkansas Contractor License Number: 0156050424 Page 2 of 3 pages Vendor: Milestone Construction Company, Bid 23-42 Addendum 6 LLC 6 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 7 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 2 Yes, I agree ❑ No, I don't agree 8 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 9 1 agree Bid Lines 1 Bonds and Insurance Quantity: 1 UOM: Lump Sum Price: $12,549.00 Total: $12,549.00 2 Mobilization - Shall not exceed 5% of Total Base Bid Quantity: 1 UOM: Lump Sum Price: $10,000.00 Total: $10,000.00 3 Total Base Bid - DO NOT INCLUDE PRICING FOR MOBILIZATION OR BONDS AND INSURANCE IN THIS LINE ITEM Quantity: 1 UOM: Lump Sum Price: $321,566.00 1 Total: $321,566.00 Item Notes: This bid is being bid as a total lump sum. This line item shall include the total construction price for the entire scope of work for this bid. 4 Deductive Alternate #1 Please include all pricing for Deductive Alternate #1, according to the specifications. (Line excluded from response total) Quantity: 1 UOM: Lump Sum Price: $-20,000.00 Total: $-20,000.00 Response Total: $344,115.00 Page 3 of 3 pages Vendor: Milestone Construction Company, Bid 23-42 Addendum 6 LLC 1UA Document A3107M - 2010 U� K1.0 9 0 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Milestone Construction Company, LLC of business) 2002 S. 48th Street. Suite A Travelers Casualty and Surety Company of America Springdale, AR 72762 One Tower Square Hartford, CT 06183 OWNER: (Name, legal status and address) City of Fayetteville, Arkansas 113 W. Mountain Fayetteville, AR 72701 BOND AMOUNT: $ Five Percent of Bid Amount ---- (5%) PROJECT: (Name, location or addres; and Project number, if any) City Hall Roof Replacement The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as 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 (1) enters into a contract with the Owner in accordance with the terms of such bid, andgives such bond or bonds as may be specified in the bidding or Contract Doc mien.% 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 difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in Connection with a subcontractor's bid to a Contractor, the term Contra" in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Band has been furnished to comply with a statutory or other legalrequirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the Intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ADDITIONS AND DELETIONS The author of this document has added information needed for its completion. The author may also have revised the text of the original ALA standard form. An Addlaons and Deletions Report that rates added information as well as re+nsions tothe standard form text is available from the author and should be reviewed. A vertical line in the left margin or this document indicates where the author has added necessary information and where the authorhas added to a deleted from the original ALA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect toils completion or modification. Any singular reference to Contractor, Surety, Owner or other patty shell be considered plural where applicable. Init AIADocumentA310^"-T0/a Copyright',1993, 1970 and7A10 by The Amerimn Institute ofMchitecta All rkjasresiivesd WARNING: This AIA'° Document Is protected by U.S. Copyright Law and International Treellea Unauthorized reproouedon or distribution of this AIA Doeumenl, or anypomon of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible urderthe law. SiOned and sealed this 26th day of October . 2023 Milestone Construction Company, LLC _ (Con trarP asPfindp 1) (Seal) �er1 ) Travelers Casualty and Surety Company of America ty) �eal) (Witness) f/ (Title) Pamela K. Hays, Attomey-in-Fact Intl AIA Document A310'^-2010. Copyright 19631970 and 2010 by The Ainwican lnstaute ofArchitects. All rights reserved. WARNING: This AIAe Document Is protected by U.& Copyright Law and International Treacles. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, .! may resub in severe civil and criminal penalties. and will be prosecuted to the maximum extent possible under the law. Travelers Casualty and Surety Company of America �• Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Pamela K Hays of NORTH LITTLE ROCK , Arkansas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. Goo State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. / f�0 �i/fir .i. My Commission expires the 30th day of June, 2026 g Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shaft be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 26th day of October , 2023 GKwmax d 0% y' 4 Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-fact and the details of the bond to which this Powerof Attorney is attached. CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidders use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute forthe requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashiers check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). \ All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. l Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at htti3s://www.youtube.com/user/citvoffavetteviIlear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidders technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required: • List of Subcontractors: Submit form on bi of latform or attach if submitting a physical bid. • AR Secretary of State Filing #: OR submit electronically. • Arkansas Contractor License #: OR submit electronically. • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO • Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Telecommunication Device for the peat TDD(479)521-1316 113 West Mountain - Fayetteville. AR 72701 CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT SECTION 02 BID FORM *NAME OF FIRM: tIILJtIJI V `VI Purchase *D/B/A or Corporation Name *BUSINESS ADDRESS: L *CITY: *PHONE: *E-MAIL: I^ UNIQUE ENTITY NUMBER: *TAX ID NUMBER: 14 be issued to this name Bidder acknowledges receipt of the following addendum: ry I Addendum No. Dated: 1C �� Acknowledged by: j// "✓ Addendum No. Dated: I //� Acknowledged by: 44 �q Addendum No. J Dated: I�//�U Acknowledged by:ii�✓ Addendum No. �Jl Dated: �� /� Acknowledged by:i 7- r i �q /i��, Total Completion Time and Liqui c 'DaMages Including AlternatiSubstantial completion shall be 30 consecutive calendar days from the date established in a written notice to proceed. Final completion shall be 15 days after substantial completion. The bidder must agree also to pay as liquidated damages, the sum of $100.00 for each consecutive calendar day thereafter. The bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the bid opening. BID FORM CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work MECHANICAL: PLUMBING: ELECTRICAL: Subcontractor's Name and Address Expected Percentage or Value ROOFING AND SHEET METAL: 1 �1�� � � CocoI�'�p Other (designate) Upon receipt of written notice of acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by the General Conditions. The bid security attached in the sum of $ L is to become the property of the Owner in the event the contract and bond are not executed within the time set forth above, as liquidated damages for the delay and additional expense to the Owner caused thereby. *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: L•1101If] :]AA CITY OF FAYETTEVILLE, ARKANSAS: BID 23-42, CONSTRUCTION — CITY HALL ROOF REPLACEMENT Section 03 CONTRACTOR REFERENCES The following information is required from all COMPANY NAME: NUMBER OF YEARS IN BUSINESS: TOTAL NUMBER OF CURRENT EMPLOYEES: all bid may be reviewed and properly evaluated: 1.l )6n CMq' aj4'U )J'G NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: LONG IN PRESENT LOCATION: FULL TIME A PARTTIME AFULL TIME PART TIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completeL Jry COMPANY NAM —� COMPANYNAME CITY, STATE, ZIP , , � CITY, STATE, -ZIP � �• �-'���j( CONTACT PERSON CONTACT PERSON TELEPHONE b 1;b DATE COMPL TED liry/ i E-MAILADDRESS li 3. COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE '✓ 4.1 DATE COMPLETED E-MAIL ADDRESS TELEPHONE DATE COMPANY9NAMU �} CITY, ST TE, Z CONTACT PERSON TELEPHONE Tj ZV L- DATE COMPLETED lnbt E-MAILADDRESS CONTRACTOR REFERENCES CITY OF FAYETTEVJLLE ARKANS ARKANSAS go TuuunoN Bid 23-42, Construction - City Hall Roof Replacement oEAOLINE:Tuesday, Nommber7, 2023 at 3:00 PM .EeNOcatlon of wads: $sm,omoa f$6g]SW cc mmrmb„Ka) Milestone Construction Trumble Construction Mid -Ark Roofing Inc. M2 Roofing Ketcher&Company, Inc. Company, Ll[ C $344,115.00 $421,210.00 $480,174.00 $540,449.00 $565,500.00 Toeal uM1 t4ferlptlen QrL, unll Warded unit Eahnded unit Emended We branded unR FAYrMN 1 Bontls antl lniuran[e $$9 g9Ion-Beall na exceed 5% of Total ease aln $IO,OW.CO $10,O0nW $21,0'c0.50 $31,060.50 R0,213.00 $2011300Tauluse.ead nONOTINCLL.11.I N6 FOR OILINTION ORBONOSANO I NSLIRANCE IN TXIS LINE ITEM $321$66.00 $321,56c,00 $394,449.51 $394,449.51 $451,172.00 $C51,172.U9 $534,7Z1.00 $530,]11.00 $139,10c $539,SOa.w Attributes Al Masonry Re�inaing 1 SF $42.CO $20W $4s to $10w $22.N A2 0ri[k ReOlacement 1 SF $60.CO $20.00 $fi5.0a $S6W $34.W Oeducnee Alurna4 g11NOt Neeneui -ba.1.001 $385,09.Wl$lOFWYW 98,046.Oo 12.SN.CO rce.mnrtB.wmeed Aeen< o mend. Weal, Sr. Pur ,ryAgen[ Bed 2Addendum 6-Pagel