Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout85-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 85-24
File Number: 2024-1747
FIRST STAR EXTERIORS, LLC. (SERVICE CONTRACT):
A RESOLUTION TO AWARD BID #23-48 AND AUTHORIZE A CONTRACT WITH FIRST STAR EXTERIORS,
LLC IN THE AMOUNT OF $193,975.00 FOR ROOF REPLACEMENT OF THE ROCK STREET ANNEX ROOF,
TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $19,397.50, AND TO APPROVE A BUDGET
ADJUSTMENT - 2019 CITY FACILITIES IMPROVEMENT 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 #23-48 and authorizes Mayor
Jordan to sign a contract with First Star Exteriors, LLC in the amount of $193,975.00 for replacement of the Rock
Street Annex roof, and further approves a project contingency in the amount of $19,397.50.
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 March 5, 2024
Page 1
Attest:
'0Nu1u1101J
�.`-a�. • ,oT Y 0 �"9`fG��.
Kara Paxton, City CI c Treasurer U� FAYETTEVILLE v�
i9f 9,Q 5 : Ate:
•• k4NSP.•�����
111
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MARCH 5, 2024
CITY COUNCIL MEMO
2024-1747
TO: Mayor Jordan and City Council
THRU: Waylon Abernathy, Bond Projects & Construction Dir
Paul Becker, Chief Financial Officer
FROM: Quin Thompson, Facilities & Bldg Maint Manager
SUBJECT: Approval of Bid 23-48 Contract for the replacement of Rocks Street Annex roof.
RECOMMENDATION:
Staff recommends approval of a contract with First Star Exteriors, LLC in the amount of $193,975.00 with an
owner contingency of $19,397.50 for roof replacement at the Rock Street Annex (former Fayetteville Police
Department) and approval of a budget adjustment.
BACKGROUND:
Resolution #80-23 approved the RFQ#22-10 contract with WER Architects for the design and bid documents
for the Rock Street Annex roof improvements.
DISCUSSION:
The Rock Street Annex is currently under renovation to accommodate multiple City divisions, including Human
Resources, Community Resources, Parks, GIS, City Gym, and additional meeting and training spaces. The
existing roof is at the end of its useful life and must be replaced. The scope of work includes removing existing
roofing, evaluating condition and repairing substrate as necessary, and installing new insulation, membrane
and skylights. The Purchasing Division publicly advertised and bid the project. Nine bids were received; First
Star Exteriors, LLC submitted the low bid. The anticipated completion date is early summer of 2024.
BUDGET/STAFF IMPACT:
This project is funded through bond funding for City Facilities.
ATTACHMENTS: SRF (#3), BA (#4), Bid 23-48, Contract - Signed (#5), Bid 23-48, Appendix B - First Star's
Submittal (#6), Bid 23-48, Appendix C - Bid Tab (#7), Bid 23-48, Appendix A - City Issued Bid (#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 #: 2024-1747
Approval of Bid 23-48 Contract for the replacement of Rocks Street Annex roof.
A RESOLUTION TO AWARD BID #23-48 AND AUTHORIZE A CONTRACT WITH FIRST STAR
EXTERIORS, LLC IN THE AMOUNT OF $193,975.00 FOR ROOF REPLACEMENT OF THE
ROCK STREET ANNEX ROOF, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT
OF $19,397.50, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 CITY FACILITIES
IMPROVEMENT 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 #23-48 and
authorizes Mayor Jordan to sign a contract with First Star Exteriors, LLC in the amount of $193,975.00
for replacement of the Rock Street Annex roof, and further approves a project contingency in the
amount of $19,397.50.
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
Quin Thompson
Submitted By
City of Fayetteville Staff Review Form
2024-1747
Item ID
3/5/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
2/14/2024 FACILITIES MANAGEMENT (140)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of a contract with First Star Exteriors, LLC in the amount of $193,975.00 with an owner
contingency of $19,397.50 for roof replacement at the Rock Street Annex (former Fayetteville Police Department)
and approval of a budget adjustment.
Budget Impact:
4707.860.7730-5804.00
City Facilities Bonds
Account Number Fund
46070.7730 City Facilities Bonds - Old Police Bldg Reno
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
$ 150,000.00
$ 34,865.38
5 115,134.62
$ 213,372.50
$ 213,373.00
e. 115,135.12
Previous Ordinance or Resolution #
Approval Date:
V20221130
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
FACILITIES MANAGEMENT (140)
/Org2
2024
Requestor: Quin Thompson
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of a contract with First Star Exteriors, LLC in the amount of $193,975.00 with an owner
contingency of $19,397.50 for roof replacement at the Rock Street Annex (former Fayetteville Police Department) and
approval of a budget adjustment.
COUNCIL DATE: 3/5/2024
ITEM ID#: 2024-1747
Holly Black
21741202,E 77:37 Nn
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.2024116
Account Name
4707.860.7730-5804.00
193,975 -
46070
7730 EX
Building Costs
4707.860.7730-5911.99
4707.860.7999-5899.00
19,398 -
(213,373) -
46070
46070
7730 EX
7999 EX
Contingency - Capital Project
Unallocated - Budget
I of 1
CITY OF
FAYETTEVILLE
ARKANSAS
Contract for Services
Construction — Rock Street Annex Roof Replacement
Contra ctorNe n clor: First Star Exteriors, LLC
Term: Single Project
THIS AGREEMENT (Contract) is made this 5 day of March 2024, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and First Star
Exteriors, LLC (CONTRACTOR or FIRST STAR).
CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction
projects. Therefore, CITY OF FAYETTEVILLE and CONTRACTOR, in consideration of their mutual covenants, agree as
follows:
Work performed by CONTRACTOR shall be performed under valid, active, current license with the Arkansas Contractor's
Licensing Board. CONTRACTOR 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. FIRST STAR's Tax identification number (TIN) ending in 4079
ii. FIRST STAR's Arkansas Contractor License No. 0387210524
iii. FIRST STAR's Secretary of State Filing No. 811136284
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 23-48, Construction —Rock Street Annex Roof
Replacement with the specifications and conditions typed thereon inclusive of all bidding
documents, plans and drawings, and issued addenda.
ii. Appendix B: FIRST STAR's bid submittal
iii. Appendix C: Bid Tabulation
iv. Appendix D: FIRST STAR's Certificate of Insurance
v. Appendix E: FIRST STAR'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
CONTRACTOR.
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 23-48, Construction — Rock Street Annex Roof Replacement
Page 1 of 19
City of Fayetteville, AR
amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) FIRST STAR'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. Contractor: First Star Exteriors, LLC, PO Box 1335, Farmington, AR 72730
4. 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. The "Contractor" is the person or entity identified in this contract and includes Contractor's
Representative.
f. "Cost of the Work" means the total costs and discounts charged to the City.
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 or engineer retained by the City and its
subconsultants, to perform design or engineering services for the Project.
j. "Final Completion" occurs on the date when Contractor'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, constitutional, or local laws, ordinances, codes, rules, and regulations
applicable to the Work with which Contractor 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 Contractor's employees in
Contractor's principal and branch offices for work associated with this project.
p. "Owner" is the City of Fayetteville, Arkansas (City).
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 2 of 19
City of Fayetteville, AR
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 Contractor.
s. The "Project," is the building, facility, or other improvements for which Contractor 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 Contractor that specifies the dates on which
Contractor 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 Contractor 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 Contractor 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 Contractor'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.
5. General Provisions:
a. 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.
b. 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.
c. MATERIALS FURNISHED BY CITY OR OTHERS: If the Work includes installation of materials or equipment
furnished by CITY or Others, it shall be the responsibility of the CONTRACTOR to examine the items so
provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 3 of 19
City of Fayetteville, AR
Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage
due to acts or omissions of the CONTRACTOR shall be the responsibility of CONTRACTOR 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 CONTRACTOR of defects, CITY and Design
Professional shall promptly inform the CITY what action, if any, CONTRACTOR shall take with regard to the
defects.
d. WORKSITE VISIT: CONTRACTOR acknowledges that they have visited, or has had the opportunity to visit,
the Worksite to visually inspect the general and local conditions which could affect the Work.
e. CONTRACTOR 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.
f. 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.
g. COMPLIANCE WITH LAWS: CONTRACTOR shall comply with all laws at their own cost. CONTRACTOR shall
be liable to CITY for all loss, cost, or expense attributable to any acts or omissions by CONTRACTOR, its
employees, subcontractors, suppliers, and agents for failure to comply with laws, including fines,
penalties, or corrective measures.
h. 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 CONTRACTOR, 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 CONTRACTOR incurs costs or is delayed due to
such loss or damage, CONTRACTOR 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.
i. Taxes and Permits: CONTRACTOR shall give public authorities all notices required by law and shall obtain
and pay for all necessary permits, licenses, and renewals pertaining to the Work. CONTRACTOR shall
provide to CITY copies of all notices, permits, licenses, and renewals required under this Agreement.
i. CONTRACTOR shall pay applicable taxes and permit fees associated with the entire project.
j. 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.
k. 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. CONTRACTOR shall not
unreasonably withhold consent to partial occupancy or use.
I. 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.
m. 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.
n. Where figures are given, they shall be preferred to scaled dimensions.
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 4 of 19
City of Fayetteville, AR
o. The drawings and specifications are complementary. If Work is shown only on one but not on the other,
CONTRACTOR shall perform the Work as though fully described on both. CONTRACTOR shall seek
clarification from the CITY or the CITY's third -party Design Professional for any discrepancies.
p. 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, CONTRACTOR 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.
q. DEBARMENT AND SUSPENSION: By execution of this agreement, CONTRACTOR certifies that to the best
of its knowledge and belief that the CONTRACTOR and its principals:
i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
ii. 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;
iii. 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
iv. 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.
v. CONTRACTOR 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.
vi. Certifications for subcontracts or sub subcontracts executed under this agreement shall include
all language in this section.
6. Contract Document Review and Administration
a. Before commencing the Work, CONTRACTOR 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 CONTRACTOR, and any visible conditions at the Worksite affecting
the Work.
b. Should CONTRACTOR discover any errors, omissions, or inconsistencies in the Contract Documents,
CONTRACTOR shall promptly report them to the CITY and Design Professional. Following receipt of
written notice from CONTRACTOR of defects, CITY shall promptly inform CONTRACTOR what action, if
any, CONTRACTOR shall take with regard to the defect.
c. Nothing in this section shall relieve CONTRACTOR of responsibility for its own errors, inconsistencies, or
omissions.
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 5 of 19
City of Fayetteville, AR
7. Warranty
a. CONTRACTOR 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,
CONTRACTOR shall furnish satisfactory evidence of the quality and type of materials and equipment
furnished. CONTRACTOR further warrants all Work shall be free from material defects not intrinsic in the
design or materials required in the Contract Documents. CONTRACTOR'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. CONTRACTOR'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. CONTRACTOR shall obtain from its Subcontractors and Suppliers any special or extended warranties
required by the Contract Documents. CONTRACTOR's liability for such warranties shall be limited to the
one-year correction period, as further defined in this Agreement. After that period CONTRACTOR 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 CONTRACTOR in writing. Unless
CITY provides written acceptance of the condition, CONTRACTOR 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 CONTRACTOR or give CONTRACTOR an
opportunity to test or correct Defective Work as reasonably requested by CONTRACTOR, CITY
waives CONTRACTOR'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 CONTRACTOR 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 CONTRACTOR. If
payments then or thereafter due CONTRACTOR are not sufficient to cover such amounts,
CONTRACTOR shall pay the difference to CITY.
iii. CONTRACTOR'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 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 CONTRACTOR and allow CONTRACTOR an opportunity to
correct the Work if CONTRACTOR elects to do so. If CONTRACTOR 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
CONTRACTOR does not elect to correct the Work, CITY may have the Work corrected by itself or
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 6 of 19
City of Fayetteville, AR
Others, and, if CITY intends to seek recovery of those costs from CONTRACTOR, CITY shall
promptly provide CONTRACTOR with an accounting of the actual correction costs.
iv. If CONTRACTOR's correction or removal of Defective Work causes damage to or destroys other
completed or partially completed work or existing building, CONTRACTOR 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 CONTRACTOR's other obligations under the Contract Documents.
vi. Before final payment, at CITY option and with CONTRACTOR'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: CONTRACTOR holds overall responsibility for safety programs. However, such
obligation does not relieve Subcontractors of their safety responsibilities and to comply with the law.
CONTRACTOR 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. CONTRACTOR'S SAFETY REPRESENTATIVE: CONTRACTOR shall designate an individual at the Worksite in
its employ as its safety representative. Unless otherwise identified by CONTRACTOR in writing to CITY,
CONTRACTOR's project superintendent shall serve as its safety representative. CONTRACTOR shall report
promptly in writing all recordable accidents and injuries occurring at the Worksite. When CONTRACTOR is
required to file an accident report with a public authority, CONTRACTOR shall furnish a copy of the report
to CITY.
c. CONTRACTOR shall provide CITY with copies of all notices required of CONTRACTOR by the law.
CONTRACTOR'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 CONTRACTOR, or anyone for
whose acts CONTRACTOR may be liable, shall be promptly remedied by CONTRACTOR.
d. If CITY deems any part of the Work or Worksite unsafe, CITY, without assuming responsibility for
CONTRACTOR's safety program, may require CONTRACTOR to stop performance of the Work, take
corrective measures satisfactory to CITY. If CONTRACTOR does not adopt corrective measures, CITY may
perform them and deduct their cost from the final payment to CONTRACTOR. CONTRACTOR agrees to
make no claim for damages, or an increase in the final payment to CONTRACTOR, or for a change in the
Dates of Substantial or Final Completion based on CONTRACTOR's compliance with CITY's reasonable
request.
9. Subcontracts:
a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: CONTRACTOR agrees to bind every Subcontractor and
Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the
Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that
portion of the Work.
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 7 of 19
City of Fayetteville, AR
b. CONTRACTOR agrees not to subcontract CONTRACTOR at risk related services without prior written
consent from the CITY.
10. Fees, Expenses, and Payments:
a. FIRST STAR, 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 23-48 as stated in FIRST STAR's bid response, and in accordance with
specifications attached hereto and made a part hereof under Bid 23-48all 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
$193,975.00 US Dollars with a $19,397.50 owner contingency for a total allowable Contract of
$213,372.50.
c. The City of Fayetteville shall pay CONTRACTOR 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 from suppliers, subcontractors, or other sources.
The CITY 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 CONTRACTOR in performing of the Work.
ii. Salaries of CONTRACTOR'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 CONTRACTOR's standard personnel
policy, insofar as such costs are paid to employees of CONTRACTOR who are included in the Cost
of the Work.
iv. Transportation, travel, hotel, and moving expenses of CONTRACTOR'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 CONTRACTOR 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 CONTRACTOR.
viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by
workers, used at the Worksite, whether rented from CONTRACTOR or others, including
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 8 of 19
City of Fayetteville, AR
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
CONTRACTOR 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
CONTRACTOR 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 CONTRACTOR'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 CONTRACTOR 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, FIRST STAR 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 FIRST STAR 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 FIRST STAR or sureties under this Agreement.
11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties,
CONTRACTOR shall provide 100% separate performance and payment bonds 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 and shall be file marked by the Washington County Circuit Clerk's Office upon
receipt to the CITY.
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 23-48, Construction — Rock Street Annex Roof Replacement
Page 9 of 19
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, CONTRACTOR shall not knowingly commence the Work before the
effective date of CONTRACTOR'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, CONTRACTOR shall submit to CITY
and, if directed, Design Professional, a Schedule of the Work showing the dates on which CONTRACTOR
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, CONTRACTOR shall comply with
the approved Schedule of the Work or CONTRACTOR.
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 CONTRACTOR 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 CONTRACTOR consequently
incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, CONTRACTOR
may seek equitable adjustment.
e. NOTICE OF DELAY CLAIMS: If CONTRACTOR requests an equitable extension of the Contract Time or an
equitable adjustment contract as a result of a delay described, CONTRACTOR shall give CITY written
notice of the claim. If CONTRACTOR causes delay in the completion of the Work, CITY shall be entitled to
recover its additional costs.
13. Substantial Completion:
a. The Work shall be Substantially Completed within 60 calendar days after the date when the Contract
Times commence to run as provided in the GENERAL CONDITIONS.
b. CONTRACTOR 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. CONTRACTOR shall promptly and accurately complete all items on the list.
c. When Substantial Completion of the Work or a designated portion is achieved, CONTRACTOR 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
CONTRACTOR to City and, if directed, to Design Professional for written acceptance of responsibilities
assigned in the Certificate of Substantial Completion.
d. 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 23-48, Construction — Rock Street Annex Roof Replacement
Page 10 of 19
City of Fayetteville, AR
e. Upon CITY's written acceptance of the Certificate of Substantial Completion, CITY shall pay to
CONTRACTOR 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
CONTRACTOR in a mutually agreed upon timeframe.
14. Final Completion:
a. The Work shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS
within 90 calendar days after the date when the Contract Times commence to run.
b. Upon notification from CONTRACTOR 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.
c. When the Work is complete, CONTRACTOR shall prepare for CITY's written acceptance a final application
for payment stating that to the best of CONTRACTOR's knowledge, and based on CITY's inspections, the
Work has reached Final Completion in accordance with the Contract Documents.
d. Final payment shall be made to CONTRACTOR within thirty (30) Days after CONTRACTOR 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.
e. Final payment shall be due on CONTRACTOR'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 CONTRACTOR or its
Subcontractors at the Worksite.
f. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially
delayed through no fault of CONTRACTOR; 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, CONTRACTOR 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.
g. ACCEPTANCE OF FINAL PAYMENT: Unless CONTRACTOR provides written identification of unsettled
claims with an application for final payment, its acceptance of final payment constitutes a waiver of such
claims.
h. CONTRACTOR 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:
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 11 of 19
City of Fayetteville, AR
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 ).'
ii. CONTRACTOR 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. Liquidated Damages: CONTRACTOR accepts the provisions as to liquidated damages in the event of failure to
complete the Work within the total completion time. Liquidated damages in the sum of $100.00 for each
consecutive calendar day thereafter will be assessed.
16. 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.
17. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
18. Venue: Venue for all legal disputes shall be Washington County, Arkansas.
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, CONTRACTOR 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. CONTRACTOR shall maintain completed operations liability insurance for one year after
Substantial Completion, or as required by the Contract Documents, whichever is longer. CONTRACTOR'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. CONTRACTOR 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 CONTRACTOR fails to obtain
or maintain any insurance coverage required under this Agreement, CITY may purchase such coverage
and charge the expense to CONTRACTOR or terminate this Agreement.
d. To the extent commercially available to CONTRACTOR 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,
CONTRACTOR 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,
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 12 of 19
City of Fayetteville, AR
CONTRACTOR shall give CITY prompt written notice upon actual or constructive knowledge of such
condition.
e. Certificates of Insurance shall list the CITY OF FAYETTEVILLE as an additional insured. Listing the CITY has a
Certificate Holder only is NOT an acceptable substitute. Certificates of Insurance must include the
endorsements) showing the CITY OF FAYETTEVILLE listed as an additional insured.
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.
ii. Unless otherwise directed in writing by City, before starting the Work, CONTRACTOR 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 CONTRACTOR,
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
CONTRACTOR'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
CONTRACTOR before the Work is commenced and provide a copy of the property policy or
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 13 of 19
City of Fayetteville, AR
policies obtained in compliance with this agreement. CITY may then provide insurance to protect
its interests and the interests of the CONTRACTOR, 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 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.
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 Builder's Risk until the Date of Final
Completion.
h. ADDITIONAL GENERAL LIABILITY COVERAGE: CITY shall require CONTRACTOR to purchase and maintain
additional liability coverage. CONTRACTOR shall provide:
Additional Insured. CITY shall be named as an additional insured on CONTRACTOR'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 CONTRACTOR, or those acting on
CONTRACTOR's behalf, in the performance of CONTRACTOR's work for Owner at the Worksite.
The insurance of the CONTRACTOR 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. CONTRACTOR 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 CONTRACTOR. Before commencing
the Work, CONTRACTOR 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: CONTRACTOR 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 CONTRACTOR and incorporated in the Work. CONTRACTOR 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.
PROFESSIONAL LIABILITY INSURANCE: To the extent CONTRACTOR is required to procure design services,
CONTRACTOR 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 CONTRACTOR's design professional, written for not less than one million US dollars
($1,000,000) per claim and in the aggregate. CONTRACTOR'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 CONTRACTOR's design professional for this Project.
Coverage shall be continued in effect for the entire warranty period.
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 14 of 19
City of Fayetteville, AR
21. Professional Responsibility: CONTRACTOR 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 CONTRACTOR any defects or suspected defects in services of which CITY
OF FAYETTEVILLE becomes aware, so CONTRACTOR 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
CONTRACTOR.
22. Responsibility of the City of Fayetteville: CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay
the services of CONTRACTOR:
a. Provide full information as to the requirements for the Project.
b. Assist CONTRACTOR by placing at CONTRACTOR's disposal all available information pertinent to the
assignment including previous reports and any other data relative thereto.
c. Assist CONTRACTOR in obtaining access to property reasonably necessary for CONTRACTOR to perform its
services.
d. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by
CONTRACTOR and render in writing decisions pertaining thereto.
e. Review all documents and provide written comments to CONTRACTOR in a timely manner.
f. 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 CONTRACTOR relating to
construction costs and schedules, operation and maintenance costs, equipment characteristics and performance,
cost estimating, and operating results are based on CONTRACTOR's experience, qualifications, and judgment as a
CONTRACTOR 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. CONTRACTOR 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:
a. 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:
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 CONTRACTOR is given:
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 15 of 19
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.
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 CONTRACTOR at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of CONTRACTOR's default.
d. If termination for default is affected by CONTRACTOR, 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
CONTRACTOR for services rendered and expenses incurred prior to the termination, in addition to
termination settlement costs reasonably incurred by CONTRACTOR relating to commitments which had
become firm prior to the termination.
e. Upon receipt of a termination action under Paragraphs above, CONTRACTOR 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 CONTRACTOR 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 CONTRACTOR to fulfill contractual obligations, it is determined that
CONTRACTOR 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 CONTRACTOR are suspended or delayed by CITY OF FAYETTEVILLE, or by other
events beyond CONTRACTOR's reasonable control, CONTRACTOR shall be entitled to additional
compensation and time for reasonable documented costs incurred by CONTRACTOR in temporarily
closing down or delaying the Project.
b. In the event the services are suspended or delayed by CONTRACTOR, CITY shall be entitled to
compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project.
27. Rights and Benefits: CONTRACTOR's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE
and not for the benefit of any other persons or entities.
28. Dispute Resolution
a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY
OF FAYETTEVILLE and CONTRACTOR 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 CONTRACTOR in the performance of this Agreement, and
disputes concerning payment.
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 16 of 19
City of Fayetteville, AR
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
L 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 party 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 CONTRACTOR 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 CONTRACTOR 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 CONTRACTOR, 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 CONTRACTOR for services rendered by CONTRACTOR. All parties agree if funding should become insufficient
to complete the project, CONTRACTOR shall be notified in a timely manner.
30. Publications: Recognizing the importance of professional services on the part of CONTRACTOR's employees and
the importance of CONTRACTOR's public relations, CONTRACTOR may prepare publications, such as technical
papers, articles for periodicals, promotional materials, and press releases, in electronic or other format,
pertaining to CONTRACTOR'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 CONTRACTOR, 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 CONTRACTOR's activities pertaining to any such
publication shall be for CONTRACTOR's account.
31. Indemnification: The CITY requires that FIRST STAR shall indemnify and hold harmless CITY OF FAYETTEVILLE
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 FIRST STAR, 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.
32. Freedom of Information Act: CITY 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.
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 17 of 19
City of Fayetteville, AR
33. 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. CONTRACTOR 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 CONTRACTOR as part of the Services shall become the property of CITY
OF FAYETTEVILLE when CONTRACTOR has been compensated for all Services rendered, provided,
however, that CONTRACTOR shall have the unrestricted right to their use. CONTRACTOR 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 CONTRACTOR.
c. Any files delivered in electronic medium may not work on systems and software different than those with
which they were originally produced. CONTRACTOR 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.
34. Additional Responsibilities of CONTRACTOR:
a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished
hereunder by CITY shall not in any way relieve CONTRACTOR 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. CONTRACTOR shall be and shall remain liable, in accordance with applicable law, for all damages to CITY
OF FAYETTEVILLE caused by CONTRACTOR's negligent performance, except beyond the CONTRACTOR'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. CONTRACTOR's obligations under this clause are in addition to CONTRACTOR'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 CONTRACTOR for faulty materials, equipment, or work.
35. Audit and Access to Records:
a. CONTRACTOR 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. CONTRACTOR shall also maintain the financial information and data used by CONTRACTOR 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.
CONTRACTOR will provide proper facilities for such access and inspection.
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
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 18 of 19
City of Fayetteville, AR
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
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 CONTRACTOR;
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.
36. Covenant Against Contingent Fees:
CONTRACTOR 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 CONTRACTOR 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.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and FIRST STAR EXTERIORS, LLC by its
authorized officer have made and executed this Agreement as of the day and year first above written.
Date Signed
03/05/2024
FIRST STAR EXTERIORS, LLC
B:
PAYTON SIMS - PRESIDENT
T F?E'q4
.•
S, •
..A) IS
!�.• c,
9• g6*kANA- •J
',''iiNeWalSigned:
CONTRACT: Bid 23-48, Construction — Rock Street Annex Roof Replacement
Page 19 of 19
City of Fayetteville, AR
CITY OF
FAYETTEVILLE
ARKANSA
Bid 23-48 Addendum 3
First Star Exteriors LLC
Supplier Response
�Nl.
Event Information
Number: Bid 23 48 Addendum 3
Title: Construction - Rock St '4M ex R of tleplace
Type: Invitation to Bid V► �%`►
Issue Date: 12/17/2023 • O
Deadline: 1/17/2024 02:00 T)
Notes: The City of T fy of F ville is ing s bids from
properly lic fir e re t of e f and skylight
installati l►the Fa e o t Annex building.
Questions reg ar ' is bi ho d be sed to Amanda
Beilfuss, Sr. P} ing At abe' us fa etteville-ar. ov.
G � �
Contact Inf ajion /
Contact: Am eilfu 9r. Pu chasj Agent
Address: asing,,
i Hall .
Room
(�r_
. 113 W. fountain
�+ Fayetteville, AR 72701
ail: abeilfuss@fayetteville-ar.gov
Page 1 of 3 pages Vendor: First Star Exteriors LLC Bid 23-48 Addendum 3
First Star Exteriors LLC Information
Contact: Spencer Haslett
Address: 256 S Maestri Rd
Springdale, AR 72762
Phone: (479) 267-4800
Email: shaslett@firststarnwa.com
Web Address: firststarexteriors.com
By submitting your response, you certify that you are authorized to represent and bind your compann*k
Guy Thurman gthurman@firststarext.com V
Signature Email
Submitted at 1/1712024 01:31:45 PM (CT) �
C6
Requested Attachments
Bid 23-48, Required Signature Forms O."O
BidFtock street roof
rej�Ment. pdf
Please attach your completed forms. These documents ca found in e Projec al or as a convenience file in
the 'Attachments' tab titled File #00.
'N Ird
1 23-48, Bid Bond a' N
Please attach a signed and completed co w u r bid Bid b
delivered to City Hall, Purchasing Divisi ore bid ne an
submittal.
P
rl Attrihiitac ` AINX� (t 4�F
D 21 17 EXEC -
�gYe, AR - BID 23-48 Rock
1; pdf
cashier's check shall be
cashier's check uploaded with
1
Please put cost per square foor_ ov I U pIac of deteriorated lightweight concrete deck
with new poly-iso insulation bo A
Please refer to Addendum 2 Sp�ecificati
$4.50 Op A
2
Arkansas Secret State R ' mbe •�
811136284 Ile
3
Arkans ctor License Number:
038721
4
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.
0 Yes, I agree
❑ No, I don't agree
Page 2 of 3 pages Vendor: First Star Exteriors LLC Bid 23-48 Addendum 3
5
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.
❑✓ Yes, I agree
❑ No, I don't agree
6
Addendum Acknowledgement:
By selecting "I agree", you acknowledge that you have read and understand any addendum have been issued
for this bid.
e
21 agree
Bid Lines
1 Bonds and Insurance
Quantity: 1 UOM: Lump Sum 1140. otal: $7,140.00
2 Mobilization Shall not exceed 5% of Bid Total, not includin `aneice. Z
Quantity: 1 UOM: Lump Sum A. 500.a otal: $500.00
3 1 Total Base Bid - DO NOT INCLUDE -OWING FQRiMBILIZPRM OR.BIIM't AND INSURANCE IN THI
LINE ITEM
Quantity: 1 UOM: LumpSum ric 335.00 Total: $186,335.00
Item Notes: This bid is being bid as a to sum. ine ite sh include the total construction price for the
entire scope of work fo i bl
4 DEDUCTIVE ALTERNATE #1
Deductive Alternate pricing include t rZo ew skylights from the scope of work including
demolition and restructure ew slyj openin roof curbs for mounting of skylights.
(Line excluded from response tot 1v
Quantity: 1 U�A$2$22,500.00P
a� P
Response Total: $193,975.00
Page 3 of 3 pages Vendor: First Star Exteriors LLC Bid 23-48 Addendum 3
CONTRACTOR:
(Name, legal status and address)
First Star Exteriors, LLC
P O Box 1335
Farmington, AR 72730
OWNER:
(Name, legal status and address)
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, AR 72701
Bond No. Bid Bond
SURETY: Western Surety Company
(Name, legal status and principal place
of business)
151 N. Franklin Street
17th Floor
Chicago, IL 60606 This document has important legal
consequences. Consultation with
an attorney is encouraged with
respect to its completion or
modification.
BOND AMOUNT: 5% Five Percent of Amount Bid
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
ral where applicable.
G
PROJECT: O
(Name, location or address, and Project number, if any) p-
ion -Rock Street Annex Roof Re la eme14C �J
Bid 23-48, Construct p�
The Contractor and Surety are bound to the Owne&on
ount set rt bove, fo yment o the
bind themselves their heir mini tors, succ s s and n ' ntly and
Contractor and Surety ,
severally, as provided herein. The conditions o c tl if t ccepts I the Contractor
within the time specified in the bid documents, �ithin suc � eriod a agreed t e Owner and
Contractor, and the Contractor either 1 enters into a con ith the O ei I accord w h the terms of such
Contr O
bid, and gives such bond or bonds as may be specified i e dding or (on, t Doc ments, with a surety admitted
in the jurisdiction of the Project anri wise acce a the r, for the faitbk
of such Contract
and for the prompt payment of labor ateria r�',`ied in t �rosecutioryA�e�oi, or (2) pays to the Owner the
difference, not to exceed the amount ilf this Bo een th mount specified in said bid and such larger amount
for which the Owner may in good faith contra wanoth to perform the work covered by said bid, then this
Y g
obligation shall be null and void, otherwis to ain in 1 o e and f The Surety hereby waives any notice of
g
an agreement between the Owner a o to
xt n a time i the Owner may accept the bid. Waiver of
notice by the Surety shall not apply t n ,ten ' n ing six days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, the Own ontractor shall obtain the Surety's consent for
an extension beyond sixty (6 w
If this Bond is issued in co with a sub 4tracto�'�s b� Contractor, the term Contractor in this Bond shall
be deemed to be Sub ntr rand the tervner shai�pe deemed to be Contractor.
1 v
When this Bond b e furnishe�° iic%nply w4t tory or other legal requirement in the location of the Project,
any provision in h d conflictiflg with sa siry or, legal requirement shall be deemed deleted herefrom and
provisions c orm to such statutory or o e 1 requirement shall be deemed incorporated herein. When so
furnished, tVUXtent is that this Bond shall be nstrued as a statutory bond and not as a common law bond.
this 17th day of January 2024
(Witness)
(Witness) Chibuzo Ibeabuchi
First Star Exteriors, LLC
(Principal)
(Seal)
By.
a RED,
(Title)pflq
.•-.o=;
Western Surety Company
(Surety)
3«'•...5 (.5ea1;'k�z
By: `
(Title) Jynell Marie ite ea ;
4�
Attorney-in-Fac ;4rH1141
Printed in cooperation with the American Institute of Architects (AIA).
The language in this document conforms to the language used in AIA DocumentA310 - Bid Bond - 2010 Edition.
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
I{now AB glen Bs• These Presents, That WESTERN SURETY COMPANY. a South Dakota corporation- is a duly organized and existing corporation having its
Jynel. ri W.1 QN-09,11el"V of Sioux Falls. and State of Soat6 Dakota. and that it does by virtue of the signature and seal herein affixed hereby snake. consmtde and appoint
, Individually
of Greenville, SC , its hue and lawfid Attomey(s)-rim-Fact with full poi er and authority hereby conferred to sign. seal and execute for and on its behalf
bonds, undertakings and other obligatoiy instruments of similar nature
- In Unlimited Amounts —
Sureo, Bond No: Bid Bond
Principal: First Star Exteriors, LLC
Obligee: The City of Fayetteville, Arkansas
and to bind it thereby as filly and to the sanme extent as if such instruments were signed by a duly authorized officer of the corporation and all tlao said Attoiney.
pursuant to the authority hereby given; are hereby ratified and confniued ��
This Power of Attorney is ride and executed pusuiuit to and by authority of the Authorizing By -Laws and Resolutions print thi�YAftoiu of thus page. duly,
adopted• as indicated, by the shareholders of the corporation I
In Witness Whereof \VESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and or 'ate seal to be hereto affixed on
this 10th day of Januaa y. 2024.
�syaErye WESTERN ETY COMPANY
JIA&
Lary Kasten, Vice President
State of South Dakota
ss �`�
County of Munelnah} a 011111L
A- `
On this loth day of January, 2024, before tine personally canine Lai Ka� to time t
City of Sioux Falls, State of South Dakota, that he is a Vice President Lai
SU�j
knows the seal of said corporation, that the seal affixed to the said iiift rpient is suc C
Directors of said corporation and that lie signed his name theieto pursu�t to like aut ftt
My connussion expires
March 2.2026
CER'
L Paula Kolsrud, Assistant Secretary of WESTERN SURE COMPANY
further certify that the By -Law and Resolutions of tlne iporaQn printed beloms'fTi
and affixed the seal of the said corporation this 17thay of January 20,
ADOPTED BY
say: that he resides in the
the above instrument: that lie
authority- given by the Board of
of said corporation
M Bent- Nota%, Public
Power of Attorney hereinabove set forth is still in force; and
,e. hn iestiunony whereof I have lieieiunto subscribed my inanie
"ESTERN S
_LLIA10K
RETY COMPANY
Paula Kolsrud, Assistant Secretary
authority of the following By -Lamm• dulyadopted by the shareholders of the Company
Sects 1t,
ds. policies. undertaknip. Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Cosuugrany by
the President, and Assistant Secretan•. Treasurer, or s uy Vice President, or by such other officers as die Board of Directors army authorize The President. airy
Vice President, retarV, arty Assistant Secretary, or die Treasurer may appoint Attomeys in Fact or agents who shall have authority to issue bonds. policies or undertakings
in the mane of the Company The corporate seal is not necessary for the validity of any bonds. policies, undertakings. Pourers of Attorney or other obligations of the
corporation The signature of atiy such officer and the corporate seal may be treated by facsimile
T1mis Power of Attorney is signed by Lary Kasten; Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys oil behalf of Western
Surety Company.
T7us Power of Attorney may be sighed by digital siguatue and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following
Resolution adopted by the Board of Directors of the Company by uuaitimous written consent dated the 271° day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirn the use of a digital or othervise electronic -formatted corporate seal, each to be considered the act and deed of the Company --
Go to stm-w.cnasureiv.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F4280-6-2023
Aft CITY 4F
FAYETTEVILLE
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 regy�irement.
Fx5% 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 thy!6ZO)fArkansas for at
least five percent (5%) of the amount bid (inclusive of any deductive alternates). aws checks shall be made
payable to the City of Fayetteville, AR and received prior to the bid deadline an in -person delivery
appointment with the City Purchasing Division. g
All addenda shall be signed, acknowledged, and submitted on the appropriate fM�S_4%bmitt the actual addendums
Fx_1 or marking acknowledgement on other bid pages). V
O
All line items shall be appropriately filled out and extend reveal thFine"itemwell as the total bid price.
Fx_1 Total base bid should be calculated in the provide4 ee.
`►
All pages provided with signature lines shall be a priately dated aly, a i d with submitted bid
documents � • � �,J —
All bids shall be received before the s e adline i in the City e iYoni bi p tform or submitting a physical
FX1 sealed bid to the City Purchasing I . Subm' ' bid elec y is ncouraged. A public bid opening
will be conducted afte e d at Hall and livestreamed at
https://www.youtube.com/us cit o a e r. L e mrsdire shall not be accepted. The City of
Fayetteville shall not be respons le for isdirect bid , or fail o idder's technical equipment. If submitting
a physical bid, all bid documents sh a ivered i a led en pe o the address stated in the advertisement or
updated deadline issued via Ad bids sh eliver Nothe name of the bidder (contractor) on the sealed
envelope as well as the bidders rka sas C r tLicens ber.
I Inform `tt 'n
Fx_1 • AR Secrets t e Filin 1
ry g l?% OR submit electronically.
• Arkan C actor Lic 387210 OR submit electronically.
too
• Pu�u nn rkans nno e-1-S03, the Contractor agrees and certifies that they do not currently
6wSry(
dK Israel an i not bo t Israel during anytime in which they are entering into, or while in contract,
♦`any public en ty as defined §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: 0 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.
Submit electronically or circle applicable answer: 0or NO
%lecommunkadom Devke for the Deaf 7DD (479) $21.1316
113 West {Mountain - FayetteWirw AR 72701
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 02
BID FORM
Contract Name: Rock Street Annex Roof Replacement
Bid Number: 23-48, Construction — Rock Street Annex Roof Replacement
BID TO: e)
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: First Star Exteriors, LLC V
PO Box 1335
Farmington, AR 72730
ARTICLE 1-INTENT Q`
V"
1.01 The undersigned Bidder pr e d agre Qlis Bi4,i�epted, to enter into an agreement with
Owner in the form includ in a Co t�umen iierform and furnish all Work as specified or
indicated in the CA
act Documen fo a Bid a within the Bid time indicated in this Bid and
in accordance th r to conditi the Contract Documents.
ARTICLE 2 tftS AND O ITI cb
2.01 Bi accepts all to sand con ns of the Invitation to Bid and Instructions to Bidders, including
t limitation those dealing with the disposition of Bid Security. This Bid will remain subject to
ceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number
of counterparts of the Agreement with the Bonds and other documents required by the Bidding
Requirements within 15 days after the date of Owner's Notice of Award.
SECTION 02 — BID FORM
1
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
ARTICLE 3 - BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda,
receipt of all which is hereby acknowledged:
2
Number Date
12-22-23
1-9-24
3 1-11-24
O
G
B. Bidder has visited the Site and be • miliar ' and is sati s to the eral, local, and
Site conditions that may affect ogress rmance, ishi Work.
• • n�C`r-
C. Bidder is familiar with atisfiedlas js 11 fed e, and caws and Regulations
V
that may affect cos ss, pe ce, and g o rk.
D. Bidder is awarethe gen tore o or be p by Owner and others at the Site
that relates to Work fo h this Bi iNsmitted in icated in the Contract Documents.
*'to
E. Bidder has correl he in n kno idder, information and observations obtained
0
from visit Site, re orts, and identified in the Contract Documents, and all
addition natiot_ I estiga&ns, lorations, tests, studies, and data with the Contract
V �v �►
)✓c nts. G
•� ✓✓
F. BLder hasVe�'5Prchlgvivision written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Contract Documents, and the written resolution
thereof by Purchasing Division is acceptable to Bidder.
G. The Contract Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for performing and furnishing the Work for which this Bid is submitted.
H. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm,
or corporation and is not submitted in conformity with any agreement or rules of any group,
SECTION 02 — BID FORM
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
association, organization, or corporation; Bidder has not directly or indirectly induced or
solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced
any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by
collusion to obtain for himself any advantage over any other Bidder or over Owner.
I. Upon receipt of written notice of acceptance of this bid, bidder will execute the formatkntract
attached within 10 days and deliver a Surety Bond or Bonds as required by general
Conditions.
J. The bid security attached in the sum of $ 5%
is to become the property of the Owner in the event the contra and are not executed
within the time set forth above, as liquidated damages for th d ad ' 1 expense to
the Owner caused thereby.
v
ARTICLE 4 - CONTRACT TIMES
5.01
5.02
Bidder agrees that the Work will be s ally jo and co 1 1"ed an r final payment
140 consecutive calenfrom date estab e�i a wri ce to proceed. Total
V
completion shall be 140 c secutive dar da the date lashed in a written notice
to proceed. The bidder a pay li tlgte ac co t ve calendar day thereafter the
total completion time. 'L �j
Bidder accepts the
the total completion time. L4Aated
day thereafter will
`V
.,-A
ARTICLE 5 —
13nt of failure to complete the Work within
4.00 i
for each consecutive calendar
in the GENERAL, CONDITIONS or Instructions to Bidders
on 17th of January 2024
Arkansas State Contractor License No. 0387210524
If Bidder is:
An Individual
Name (type or printed): First Star Exteriors, LLC
SECTION 02 — BID FORM
3
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, C0AIBTit6U;qON — ROCK STREET ANNEX ROOF REPLACEMENT
M
(Individual's Signature)
Doing business as: First Star Exteriors, LLC
Business address: PO Box 1335 Farmington, AR 72730
Phone No.: 14l"1 ��/ A 6o FAX No.:
Tax ID No.: =U 0k —T& 1 z4 UEI No.:
A Partnership
Partnership Name:
M
(Signature of general partner —
Name (type or printed):
Business address: V
Phone No.:
VV
co
Tax ID No.: 'BEI No
A Corporation v
Corpo t ntame: (SEAL)
Incorporation.
�pe (General Business, Professional, Service, Limited Liability):
LIN
(Signature — attach evidence of authority to sign)
SECTION 02 — BID FORM
4
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Name (type or printed):
Title:
(CORPORATE SEAL)
Attest:
(Signature of Corporate Secretary) n�
Business address: PO Box 1335 Farmington, AR 72730
Phone No.:
Tax ID No.:
SECTION 02 — BID FORM
5
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 03 — LIST OF SUBCONTRACTORS
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 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work
Clearing/Demolition
Mechanical
Plumbing
Electrical
Roofing/Sheet Metal
Other (designate)
Subcontractor's Name
and Address
V
ExpFe
Wage
ION
i
100
—0 �'`r
NOTE: This for u e submit accord �Vth the Instructions to Bidders.
Ir lqv
"Zi
Bidder's Signature
SECTION 03 — LIST OF SUBCONTRACTORS
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Section 04
CONTRACTOR REFERENCES
The following information is required from all Bidders so all bids may be reviewed and properly evaluated:
COMPANY NAME: First Star Exteriors, LLC
NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION:
TOTAL NUMBER OF CURRENT EMPLOYEES: 15 FULLTIME PARTTIM�
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: 6 FULL TIME P IME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTEIIACT VICES FOR WITHIN
THE PAST FIVE (5) YEARS (All fields must be completed): c'
1 CR Crawford Construction Z Milestonructi
COMPANY NAME Iq COMPA NAME
Fayetteville, AR 72701 Spri ddte, AR
CITY, STATE, ZIP , STATE, ZIP
Abbie Rose , an elt
CONTACT PERSON z
479-251-1161 G
TELEPHONE03
9-1-23 4.01 11-1-23 V Y
DATE COMPLETED DATE 604AKETED
arose@crcrawford.com O 0hrart@mstonecc.com
E-MAIL ADDRESS O � AIL ADDRESS
3. Metro Contstruction •�A
L—�V4. Northeastern State Universit
y
COMPANY NAME ) COMPANY NAME
Kansas City, M Tahlequah, OK 74464
CITY, STATE, ZIP CITY, STATE, ZIP
<<
Keith Belt Curtis Medlin
CONT PE"N CONTACT PERSON
816 _; " 8160 918-931-8936
TELEPHONE TELEPHONE
8-1-23 10-1-23
DATE COMPLETED DATE COMPLETED
keith@metro. construction medlincw@nsuok.edu
E-MAIL ADDRESS E-MAIL ADDRESS
SECTION 04 - CONTRACTOR REFERENCES
Beilfuss, Amanda
From: Guy Thurman <gthurman@firststarext.com>
Sent: Thursday, January 18, 2024 10:52 AM
To: Beilfuss, Amanda
Cc: McGaugh, Les
Subject: RE: Regarding Bid 23-48
CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments �ou recognize
the sender and know the content is safe. A
Good morning Amanda,
First Star will have no problems meeting the timelines with one possible exception, theisped ied Kalwall skylights have
listed lead times up to 16 weeks. First Star will have the roof & sheet metal completedwhin he time parameters
allotted (skylight curbs installed, flashed & capped awaiting delivery). Actual le may rter than quoted but
cannot be verified until order is confirmed with an estimatedQdate.
Roofing & sheet metal completion: 3-4 weeks • ��/
Skylight installation: 2-3 days (once received)
Any contractor awarded will have the same lead I e 'sues I�Iwal1. �•/ . ��
Thank you for your consideration of our pr o� G
Guy Thurman
479-530-7100 P
V
O
O O
RFIRST STAR EXTERIOR
OOFING & SIDI
(0) 479 267 4800 (C) 479 530 7100e)
firststarexteriors.com �
•
From: Beilfuss, Ama abeilf @fayette ' Nbv>
Sent: Thursday, ua 18, 2024N:35 AM
To: Guy T thurman@firststarext.com>
Cc: McGa s <Imcgaugh@fayetteville-ar.gov>
Subject: Reg ding Bid 23-48
Importance: High
Good morning,
We are currently in the review process of the submittals for Bid 23-48, Construction — Rock Street Annex Roof
Replacement. In First Star Exteriors' submittal, under Article 4 — Contract Times, different contract times were put in
than what was listed in the Project Manual (First Star put 140 days for both substantial and total completion). Will First
Star Exteriors LLC be able to comply by the stated contract times in the Project Manual of 60 substantial calendar days
and 90 total completion calendar days? If so, we will need that stated in writing (a thorough reply to this email will be
acceptable). However, if your firm is unable to honor these terms, we will need in writing that First Star Exteriors
requests to withdraw their bid.
Thank you,
Amanda Beilfuss
Sr. Purchasing Agent
Purchasing Division
113 W. Mountain St.
City of Fayetteville, Arkansas 72701
abeilfuss@favetteville-ar.gov
T 479.575.8220 1 F 479.575.8257
Website I Facebook I Twitter I Instagram YouTubeMTV Go
♦�
MY■TT■VILLI
ARMAJIsAI
The City of Fayetteville's NEW 2022 Procurement Portal is Now Available!
Receive the latest updates or register by clicking here. G
O �
v
P
� o
G �
D� o
Q'
z
Appendix C - Bid Tab
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 23-48, Construction - Rock Street Annex Roof Replacement
DEADLINE: Wednesday, January 17, 2024 at 2:00 PM
Certification of Funds: $400,000 00 ($500, 000. 00 totnl allowed)
•• REJECTED (M9blll,atl9n
ends 5341
Industrial Roofing &
Shields & Associates,
SSI of Northwest
Terra Firma
Stearman Roofing &
First Star Exteriors L!C
Guarantee Roofing, Inc.
poplin Roofing,lnc
7rumble Construction
Construction
Inc.
Arkansas
Restorations
Sheet Metal
Total
I $193,975.00
$196,230.00
$230,538.00
$279,181.00
$2950896.96
$303,950.00
$338,518.00
$410,993.00
$427,136.20
Una /
ifpitpJ
OTT
UQM
Unit
tatendod
Unit
Eatend4d
Unh
G4ndod
Utah
G4ndod
Unit
19ten08/
Unit
F><tenMd
unit
tfta3td4d
lMN
t7mtlld4d
Unh
Eatentled
L
tsnnM and lnluunrd
1
l5
57, 14D.00
$7,140.00
$L50000
$1.590W
57,7/800
53,78800
56,07000
S6.070 OD
519,960.96
$19.96a%
$6,00D 00
56.00000
f7,75800
52,768.00
510.9t7000
S1o,000.00
$19.81601
519J316.Ot
2
MOHDit4tooSha1lna esteed 5%of ahl7oiNt.latiMNlS, o0n0{knalnwrknco.
1
l5
S$01: 1
550000
f17,400.00
51d.0000a
$$.moo
$5,76000
$13,00900
so3w000
513,796.76
$13,796,76
SCOW 00
54,00000
$V,29000
${7.M oo
S4,OD000
56,0D0,00
517,00000
$¢L00000
3
Total Base Bid -DD NOT INCLUDE PRICING FON MOBILIZATION DR 00ND3 AND INSURANCE
1
LS
$lon,13500
SI1Mi,33500
5182,73000
$187,730.00
5120.mco
5220,9900D
5160,16100
$260.16100
$761,1391'4
S262.13924
5793,95000
5291,9$090
5323a7000
5173,470W
$396,973A0
5196,993.00
5794,129.19
$396,570.19
IN THIS LINE ITEM
Attrlbvl�a
AL
Removal and replacement of deteriorated hohtwel8ht concrete deck wdh new pory Isa
1 SF
$450
$600
$3000
$2000
$15.00
$400
$600
$500
$750
Insulation hoard
OerAxtri+ Allerri01 Not Noodil
51900000
3f7.'M100
f1S.610.00
514.20'SA0
567,s00.(q
509400
c7750000
$7599500
y
0�
...... opaah cs .naxtp Ali
M T.kGlyh,64hwn Director
•
--
l �a�
.ate
Vd m
CITY OF
City of Fayetteville, Arkansas
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
z
Bid 23-48, Construction — Rock Street Annex Roof R Iwment
S
DEADLINE: WEDNESDAY January17 2023 before 2:00 PM cah�fine
PRE -BID MEETING: Wednesday, January 3, 2024 at 2:00 PM a oc Street Annex,
100 Rock St., Fayetteville, AR 72701 O
SR. PURCHASING AGENT: Amanda Beilfuss, abel l s@fa ille-a.®y
(DATE OF ISSUE &ADVERTISEMENT: 12&I3023 & 12/24/AVIL AO�.�
No late bids shall be accepted. Bids shall be sub to in Seenvelo
followi ods: ) through the City's third -party
electronic bidding platform or (2) delivering in on via e Citr F etteville Purchasing Division.
Submitting through the City's electronic bid in platform is 3Jngly en ur ged. all be submitted in accordance
with the attached City of Fayetteville spt? i a .on a� bid'doc e ch d h Each bidder is required to fill in
every blank and shall supply all infor que failure may be as basis of rejection.
�JJ''
E T BI S:
All interested parties can obtain files is pr going Hfayetteville-ar.gov/bids. Bid documents shall be
distributed electronically from Mitof Fayet evil Purchasi g Dl'Vision only.
k-u
D PACKAGE INCLUDES THE II WOWING.. L WHICITSMAi7BE LISTED UNDER"
!�,U
FILE#00: REQUIRE,,�,,// R 01{Qil� 8 Total Pages
FILE #01: PROJE T MAKAL-1 al Pages
FILE #02: PLA�N�Ian Sheets
4R�\
*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.
Telecommunications Device for the Deaf TDD (479) 521-1316
113 West Mountain -Fayetteville, AR 72701
OG �
THIS PAGE INTEN�CY LFBLANK
a�������t GayIV
Telecommunications Device for the Deaf TDD (479) 521-1316
113 West Mountain -Fayetteville, AR 72701
CITY OF
_ FAYETTEVILLF
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.
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 th of Arkansas for at
Y
least five percent (5%) of the amount bid (inclusive of any deductive alternates). ie checks shall be made
payable to the City of Fayetteville, AR and received prior to the bid deadlin g an in -person delivery
appointment with the City Purchasing Division.
F1
All addenda shall be signed, acknowledged, and submitted on the appropriate (submi ing the actual addendums
or marking acknowledgement on other bid pages). O
All line items shall be appropriately filled out and exten to reveal line item r s well as the total bid price.
Total base bid should be calculated In the provided +ce.
All pages provided with signature lines shall b`riatel e ,datedrYfngly, and included with submitted bid
documents •
All bids shall be received before the st e eadline t i g the Cit e roni latform or submitting a physical
sealed bid to the City Purchasing i Sub bid le Ily is st encouraged. A public bid opening
will be conducted afte e a at ity Hall and livestreamed at
https://www.youtube.com/use cit offs e ar. to misdire s shall not be accepted. The City of
Fayetteville shall not be responsible forl6s�tQ misdir bids, or fai bidder's technical equipment. If submitting
a physical bid, all bid documents sh elivere a ealed e o to the address stated in the advertisement or
updated deadline issued via Ad nd bid I e deliv h the name of the bidder (contractor) on the sealed
envelope as well as the bidders C is Lice1NL,ber.
Additional Informatio et1:
• AR Secretary mate Fili` OR submit electronically.
• Arkans s tractor Li �lsE,l#: OR submit electronically.
• ursuu Arkans Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
o ott Israel and ill not boycott Israel during any time in which they are entering into, or while in contract,
V.
any public entity as defined in §25-1-503. If at anytime during contract the contractor decides to boycott
l, the contractor must notify the contracted public entity in writing.
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
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
5
Cj
THIS PAGE INQTLQ1�7�FeF\�4LANK
a Q'
Telecommunications Device for the Deaf TDD (479) 521-1316
113 West Mountain - Fayetteville, AR 72701
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 23-48, Construction — Rock Street Annex Roof Replacement
The City of The City of Fayetteville is accepting sealed bids from properly licensed firms for the replacement of the
roof and skylight installations at the City of Fayetteville Rock Street Annex 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 Wednesday, January 3, 2024 at 2:00 PM, on -site &e Rock Street
Annex, 100 Rock St., Fayetteville, AR 72701. Information regarding the pre -bid meeting is availai he 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 F ville Purchasing Division's
electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be receivCciJby Rdnesclay, January 17, 2024
before 2:00 PM, local time utilizing the electronic bidding software or by sulrml%ng a i1aled bid to the City of
Fayetteville Purchasing Division. All bids shall be received prior to the bid deate o,iirected bids shall not
be accepted. Submitting a bid electronically is strongly en ed. A u Irclo pe Ibe conducted shortly
after the deadline at City Hall and livestreamed at htt s: ww. outub com use fa ettevillear. The City of
Fayetteville shall not be responsible for lost or misdire_ i s, or faily&e of bidd e hnical 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 c
hundred percent (100%) performance n
State of Arkansas Contractor's Lice I quire
of bid deadline. Any vendor perforR g as servigf
Pursuant to Arkansas Code Annotated
women business enterprises to bi c
Fayetteville encourages all general c
and women business enterprio,�
The City of Fayetteville rese�the rii
for a period which sh41exceed
Tank doing business in the State of
It a der opts to submit a cashier's
rior to the deadline. A one
with the contract awarded. A
d license shall be valid at the time
nsas Secretary of State.
:encourages all qualified small, minority and
gods, services, and construction. Also, City of
ons of their contract to qualified small, minority
litres, reject bids, and postpone the award of any Contract
ys from the bid opening date.
City of F e e
By: Amand ilfuss
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: 12.17.23 & 12.24.23
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $XXX.XX
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
I_
CITY OF
FAYETTEVILLE
ARKANSAS
TABLE OF CONTENTS n,V
BID 23-48, CONSTRUCTION - ROCK STREET �V
ANNEX ROOF REPLACEMENT
CITY DOCUMENTS
INTRODUCTORY INFORMATION O
Q� v
SECTION 00 TITLE PAGE • 1-2
SECTION 00 BIDDERS CHECKLIST` 1-2
SECTION 00 ADVERTISEME O 1-1
SECTION 01 INSTRUCTI BIDD 1- 11
BID FORMS AND SUPPLEM T
SECTION 02 BID FORM O `� 1-5
SECTION 03 LIST SON 1-1
V
SECTION 04 NTRACTOR REFERENCES ` 1-1
SECTION 04 BOND � 1-2
SECTION 0 , �1 PER A CE BONJ 1-2
SECTIO O AND MATERIAL PAYMENT BOND 1-3
CONTRACT GENERAL CONDITIONS
General Requirements 1- 78
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX 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 raI thereof.
1.2 Bidder — One who submits a Bid directly to City of Fayetteville as distinct from a sub- r, w��h►o submits
a bid to a Bidder.
1.3 Issuing Office — The office from which the Bidding Documents are to sue and where the bidding
procedures are to be administered. (�t
1.4 Successful Bidder —The lowest, responsible, and onsive rnrhom i of Fayetteville (on
the basis of the City of Fayetteville's evaluation as reinafter p vided) m award.
I
1.5 Local Time — Local time is defined as the i Fayet*ville, Arkanshe due date of the deadline.
Bids shall be received before the dea AKme as toyn by the o is clock located in the Purchasing
Division Office. n- �` `�► �
1.6 Substitution — Item(s) of ma r equi a that do eet t y`function, operation, service
life, existing compatibili , or miniperfo andars outlined in the specifications.
1.7 Equivalent (or Equal) — Item(s) of a riall ror ent that �e�Csstth►e type, function, operation, service
life, existing compatibilit , im ance s s as outlined in the specifications. Item(s)
Y p
meeting these criteria sh be onsi al at i id.
a. Named manuf re Ls within the pecil 'onshall be used as a basis of design in regard to
establishing pe rr ce s%a
PART TWO - COPI BIDDIN NTS G
2.1 CovSllete)00s of th ing Documents in the number and for the deposit sum, if any, stated in the
A,dv14ement for Bi may be obtained from the Issuing Office.
2.2 plete sets of Bidding Documents must be used in preparing Bids. Neither City of Fayetteville nor
Project Manager assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
2.3 City of Fayetteville and Project Manager in making copies of Bidding Documents available on the above
terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for
any other use.
SECTION 01— INSTRUCTIONS TO BIDDERS
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
PART THREE - EXAMINATION OF SITE AND CONTRACT DOCUMENTS
3.1 Bidders are advised that the Drawings and Specifications 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.
a. 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 nditions;
inform themselves by their independent research and sounding of the difficulties ncountered,
and all attending circumstances affecting the cost of doing the work, and tAcApecified for its
completion; and obtain all information required to make an intelligent bi�
3.2 Bidders shall rely exclusively upon their surveys, estimates, investigatiand other things which are
necessary for full and complete information upon which the bid may birmohle and r which a contract is
to be awarded. The Bid Form, providing for unit and lump sum ri esvvid by t Wactor, contains a
statement that all bids are made with the full kn'ge of culties nditions that may be
encountered, the kind, quality and quantity th plans, work o be d cavation, and materials
required and with full knowledge of the d \t% , profi<,,sp'A icatio estimates and all provisions
of the contract and Bonds. �►`
.� 'p G
3.3 Bidders shall promptly notify the sing D' f all co i , erros ,�iguities, or discrepancies
which Bidder has discovered in r tween t tract D u ents other related documents.
V
3.4 Information and data sh dic he Co ocume s 'th respect to existing underground
facilities at or contiguous Jb the s' sed u in rmatio data furnished to City of Fayetteville
g Y Y
and Project Manager by City �yettevill such round facilities or others, and City of
Fayetteville and Project na o n a s e res o � r the accuracy or completeness thereof
Y J � p �Y Y p
unless it is expressly provi ther a Su tary Conditions.
3.5 On request, City y t eville �11�J1'bvideoeder access to the site to conduct such examinations,
investigations, erations and In is each Bidder deems necessary for submission of a Bid.
Bidder mu t ' all holes c an up astore the site to its former conditions upon completion of
such ex I a ns, i s ggp ions, tests, and studies.
3.6 e is made to he General Requirements for the identification of the general nature of work that
e performed at the site by City of Fayetteville or others (such as utilities and other prime contractors)
at relates to the work for which a Bid is to be submitted. On request, and as available, City of Fayetteville
will provide to each Bidder, for examination, access to or copies of Contract Documents (other than
portions thereof related to price) for such work.
3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has
complied with every requirement of this Article 3, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and applying the specific means,
methods, techniques, sequences, or procedures of construction (if any) that may be shown or indicated
SECTION 01— INSTRUCTIONS TO BIDDERS
2
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
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 total, not including bonds and insurance.
3.9 Any use of a third -party dumpster or roll -off container shall be procured from the Fayetteville
Recycling and Trash Collection Division. Use of a Non -City dumpster or roll -off cot n not allowed.
3.10 Open burning and blasting are not allowed on City projects.
3.11 Contractor is responsible for obtaining all applicable permits; howeve for Ci issued permits shall
be waived.
O
PART FOUR - AVAILABILITY OF LANDS FOR WORK AN WOR!KBY OTHE
4.1 The lands upon which the Work is to be ed, ri of -way an ments for access thereto and
other lands designated for use by C or ip $ liming theCWr are identified in the Contract
Documents. All additional lands ccess 1QLreq r tee p ry construction facilities,
construction equipment, or sto mater' a i�equip o be ' o ted in the Work are to be
obtained and paid for by or. E m is for ent st t es or permanent changes in
existing facilities are to ned a for Fayettle nless otherwise provided in the
Contract Documents. V►
V
PART FIVE - INTERPRETATION OF RDOC S AN �DA
5.1 If any person contemplate ubmi ' id foruction of the Work is in doubt as to the true
meaning of any pa th proposeIrl Co ract Do umts or finds discrepancies in or omissions from any
part of the prop ntract ents,�h- I d submit a written request for interpretation thereof
n to the Pro' ct ger n thal�seve� days before the date set for bid opening. The person
submitti equest s responsiDaf6r its prompt delivery.
5.2 Inte eta on or co ection of proposed Contract Documents will be made only by Addendum to all
of Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral
her interpretations or clarifications will be without legal effect. City of Fayetteville will not be
sible for any other explanations or interpretations of the proposed Contract Documents.
5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville
or Project Manager.
5.4 Bidder assumes all responsibility for checking the City's online bidding portal at www.fayetteville-
ar.gov/bids for updates and addenda issued to this project.
SECTION 01— INSTRUCTIONS TO BIDDERS
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES
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.
V
PART SEVEN - UNIT PRICES
7.1 Bidders must state a price for each item of work named in the Bid. Unit and L prices shall include
amounts sufficient for the furnishing of all labor, materials, tools, equipmenid apparatus of every
description to construct, erect, and finish completely all the work as cor in the Specifications or
indicated on the Drawings. G
O
7.2 Prices bid shall bear a fair relationship to the cost work one. Bi h appear unbalanced
e t and are deemed not to be in the best interest f Ci of Fayev le may ected at the discretion of
City of Fayetteville.
7.3 By submission of a Bid, Bidder repr n s thats co the tire Project and the Work
a
required and has reviewed the D s and S �tions the II c� e of the Work.
PART EIGHT - BID FORM
8.1 Bids are due as indicated the Ad ment Bi �+
V
8.2 Bids which are incomplet l I ced, c al, or or which contain additions not called for,
erasures, alterations, or e lariti kin o do not comply with these Instructions to
Bidders may be rej ed as informal o on-responsi a the option of City of Fayetteville. However, City
of Fayetteville r P e tie righ aivet alities as to changes, alterations, or revisions and to
make the award e best intof C' eville.
I
ti
8.3 Acceptalterna s is at the City of Fayetteville's discretion, as best services the City of
Fay tevill intere deductive alternate is provided for on the Bid Form (if applicable). The price
of t e ' for each alternate will be the amount to be deducted from the price of the Total Base Bid if the
f Fayetteville selects any of the alternates. The unit price amount for each alternate shall be the
e as the unit price amount listed in the Bid.
8.4 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a
partnership or other financial interest with him in the Bid, until after the bids have been opened.
8.5 All bids shall include all costs including but not limited to sales tax, use tax, permits, insurance, etc. The
contractor on this project is defined by the Arkansas Revenue Laws as the user and is responsible for the
appropriate taxes. There are NO provisions in this bid for a contractor to avoid taxes. The City of
Fayetteville is not a tax-exempt entity.
SECTION 01— INSTRUCTIONS TO BIDDERS
4
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
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
secretary or an assistant secretary. The corporate address and state of incorporation mN be shown
below the signature. V
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 thus e shown.
9.4 Powers of attorney, properly certified, for agents and others to sign . ust be,,* sting and filed with
City of Fayetteville.
P
v
9.5 The Bid shall also contain a signed acknowle t of receiptof all Addi�
` � V
9.6 Arkansas Contractor's License shall b t tirrle G
9.7 Vendor shall not be debarred fr ng bu i s uTiith an nme
PART TEN -BID BOND Qvj
10.1 A five percent (5%) bid se urity, i Ne;�rm of id bond, o ier's check from a bank located in the
State of Arkansas as stated i lAdvertise eor Bid h I accompany each bid. Bid bonds for the
p Y
difference in price betw n I idd dd cond I i der shall not be acceptable. The Successful
Bidder's security will be reed unti Fayettceives a signed Agreement and required Bonds
and Certificates of rai ce. If t Su cessful 'dde� fails to execute and deliver the Agreement and
furnish the requi tract s r y withim ee days after the Notice of Selection, City of Fayetteville
may annul e c of Sel nd t e i curity of that Bidder will be forfeited.
10.2 The Cit o F yettev' a rues the right to retain the security of the three low bidders until the Successful
Pfuses
n rs into t Contract or until sixty (60) days after bid opening, whichever is sooner. Cash
nt security of the second and third low bidder may be exchanged for an equivalent bid bond after
lations are complete or thirty (30) days after bid opening, whichever is sooner. If any Bidder
to enter into an Agreement, City of Fayetteville may retain Bidder's bid security as liquidated
damages but not as a penalty.
PART ELEVEN - PERFORMANCE BOND AND PAYMENT BOND
11.1 NOTICE TO PROCEED, BONDS AND ORDERING PROCEDURES
a. After contract award, the Contractor will provide the City with separate 100% performance and
payment bonds, as required in the contract.
SECTION 01— INSTRUCTIONS TO BIDDERS
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION - ROCK STREET ANNEX ROOF REPLACEMENT
b. 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).
c. 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.
d. 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.
e. Calendar days for substantial and final completion shall not start until the day follo j� issuance
of a Notice to Proceed. eation
f. The City will make progress payments for materials delivered on site, aft of delivered
materials by City. 63
11.3 If Required -- Contractor shall include provisions in the bonds will rantee the faithful
performance of the prevailing hourly wage clause as required by rkansa ailing Wage Law,
Arkansas Code Annotated § 22-9-308(d).
P
11.4 Contractor shall pay all expenses in con t ith the o9taining of i onds. The Bonds shall be
conditioned that Contractor shall faithfu orm th cc tract andI ay all indebtedness for labor
and materials furnished or performe cons-trq�t of suc motion and additions as prescribed
in this contract. �♦ �► �
G G♦�
11.5 The surety company issuing ds m solv n ny on urety Companies Annual List"
issued by the U.S. Depa f the ry, a t nds arto be issued in an amount greater
than the underwriting lim ations f r suretytm ny as sebbterein.
11.6 In Arkansas, prevailing la r that p nce anal payiient Bonds on public works contracts shall
be executed by a residen Ioc I age lice e&y the Insurance Commissioner to represent the
surety company ex ting said Bonds d filing ith `ch Bonds his Power of Attorney as his authority.
The mere count s i * f the will n ufficient.
11.7 The date onds, an RN�Ve Pow of ttorney, must not be prior to the date of the contract. At
least t o o ' nals of an;
shall be furnished, each with Power of Attorney attached. The
perf ma and pa �ond shall be furnished to the City of Fayetteville accompanied by a receipt
s b the Was?iin ton Count Circuit Clerk's Office. Before an work is performed under this
Y g Y Y
V"4act, the bond shall be filed with the clerk of the circuit court of Washington County, Arkansas and
epted by the City of Fayetteville Project Manager.
11.8 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or
unacceptable to City of 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.
SECTION 01- INSTRUCTIONS TO BIDDERS
6
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
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. LISTING THE CITY OF FAYETTEVILLE AS A CERTIFICATE HOLDER ONLY IS NOT AN
ACCEPTABLE SUBSTITUTE. CERTIFICATE OF INSURANCE MUST INCLUDE THE ENDORSEMENT SHOWING
THE CITY OF FAYETTEVILLE LISTED AS AN ADDITIONAL INSURED. Insurance shall remai valid, when
applicable, throughout project completion. 0
(�V
V
12.2 This bid is considered a public improvement bid. Public improvement bids shy smit certificates of
insurance within 10 days of notice of notice to proceed, after City Council ap roval. Certificates of
insurance are to be addressed to the City of Fayetteville, showing that th c ntror carries the following
insurance which shall be maintained throughout the term of the bid.^A1iork gublet; the contractor
shall require the subcontractor similarly to provide the same insurfW?*6veragANWse any employee
engaged in work on the project is not protecte der Wo Ipens The Contractor shall
provide, and shall cause each subcontractor to pr ide, adequ a employ bility insurance for the
protection of such of his employees as are*i erwise projkcted.
PART THIRTEEN - CONTRACT TIME
13.1 The number of days within whic e dat ich th is to r u tantially completed and
also completed and ready for I ayment ined i d For .
13.2 Except in connection wi a afe ote do ersons t Work or property at the Site or
adjacent thereto, and exc pt as o e indicd in the C r a t Documents, all Work at the Site shall
be performed during regular i'king houCon will not permit overtime work or the
performance of Work o at y, S '! r any I liday without City of Fayetteville's written
consent.
PART FOURTEEN - LIQUI AM + ��
14.1 Provisions uidated d a s if an ar`t forth in the Bid Form.
PART FIFTE — Sl EONTR S, SUPPLIERS, AND OTHERS
15.1 ' for shall not assign or sublet all or any part of this contract without the prior written approval of
i of Fayetteville nor shall Contractor allow such subcontractor to commence work until approval of
workman's compensation insurance and public liability insurance as may be required. Approval of each
subcontract by City of Fayetteville will in no manner release Contractor from any obligations as set out in
the Drawings, Specifications, contract, and Bonds.
PART SIXTEEN - SUBSTITUTE AND "OR EQUAL" ITEMS
16.1 Any reference to a particular brand or manufacture is in an effort to establish an acceptable level of quality
for this purchase and are used as a basis of design in regard to establishing a minimum performance
SECTION 01— INSTRUCTIONS TO BIDDERS
7
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
standard. Brands or manufacturers that are included in a bid that are of at least equal quality, size, and
specification as to what has been specified, will be acceptable for consideration. All requests for approved
substitutions shall be submitted by e-mail. Such request to obtain a pre -approved equal or substitution
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 issued by the City of Fayetteville Purchasing
Division.
PART SEVENTEEN - QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS V
17.1 To demonstrate qualifications to perform the Work, each Bidder must be pre submit within five
days after bid opening, upon City of Fayetteville's or Project Manager's reque ai ed written evidence
such as financial data, present commitments, and other such data as a be Iled for. Each Bid must
contain evidence of Bidder's qualification to do business in the State of as.
17.2 CERTIFICATION OF FUNDS: N
Notice: bidders are required to provide pricin fo all line ite Failure t de deductive alternate
pricing can result in bid rejection. The City ir+t o award th,$ contract owest qualified responsive
responsible bidder based on the lump su long ah bid falls the amount of funds certified
for the project, plus 25%. • O G
a. In the event no bid falls withiamou ds cer��,�or tha of t, plus 25%, the City will
utilize the deductive altern a in order ids can c mparit
n the amount certified, plus
25%. In the event all de c It r re s d bV s within the amount certified,
plus 25%, all bids wil PlIke cte
b. The City shall have the autho y negoti award � apparent responsive responsible low
bidder but only if the I i Within -five pC17.3
X%) of the certification of funds.
DEDUCTIVE ALTERNATES: \160
There are no dedu Nkprnate clu ed:r�tj�id.
PART EIGHTEEN - IFICATI aF BIDD RS `
18.1 Any on o re of a II wing may be considered as sufficient for the disqualification of bidders and
the i'�'ecti of Bids.
18.2 rthan one Bid Form for the same work from an individual, firm, partnership, or corporation under
e same or different names.
18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders
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
SECTION 01— INSTRUCTIONS TO BIDDERS
8
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
work for which a bid price is required by the Bid Form, or failure to include all required contract
documents.
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 prev a prompt
completion of additional work if awarded. V
18.7 Being in arrears on existing contracts, in litigation with City of Fayettevill rng defaulted on a
previous contract.
PART NINETEEN - OPENING OF BIDS
19.1 Bids will be opened and read aloud publicly at th ce whey 1 ato be �i ted in a room to be
designated by City of Fayetteville the day of the bi opening. A N tabulati e amounts of the base
Bids and major alternates (if any) will be , ilable to Bj$clers after ening of Bids.
PART TWENTY - EVALUATION OF BIDS V
20.1 After the bids are opened and r t a quan '�ill be d and► as in accordance with the
bid prices of the accepted Bi review ids w' irm t qj
9'dder.
20.2 In evaluating Bids, City o evill l�,eonsi ere ialificatibaf Bidders, whether or not the Bids
comply with the prescrib d req ts, an ch altern t nit prices, and other data as may be
requested in the Bid Form or the Not ee f Select'
O
20.3 City of Fayetteville may cor the tions erience of Subcontractors, Suppliers, and other
persons and orga i io�s prop ed r thosepo ions of the Work as to which the identity of
Subcontractors, rs, an of 'pers organizations must be submitted as provided in the
Supplemen ry n itions. c,�f Fa tte i1�e a so may consider the operating costs, maintenance
require t , erforma'� a, and gtees of major items of materials and equipment proposed
for inco p r ion in Kirk when such data is required to be submitted prior to the Notice of Selection.
PART NE - RIGHT TO REJECT BIDS
21.1 of Fayetteville reserves the right to reject any and all Bids, to waive technicalities, and to advertise
for new bids. All Bids are 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.
SECTION 01— INSTRUCTIONS TO BIDDERS
9
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
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
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.
V
PART TWENTY-THREE - RETAINAGE
23.1 The City of Fayetteville shall make progress payments within two (2) week a rchitect/Engineer's
Certification of Payment. All such payments will be measured by the schedu values established as
provided in the General Requirements.
a. Prior to Substantial Completion, progress payments will be in an nt equal to the
percentage indicated below, but, in each casT461S.S. the a e a f pay reviously made and
less such amounts as Engineer/Architect shall termine, o he City o eville may withhold, in
accordance with the General Requirenaer
b. Retainage will be with -held from eacf It Sequest iRhl*amou After Substantial Completion
has been issued by the Architect, a ents enade fo ° less Ve value of remaining punch
list items as identified by the A t on tificate stantiel o letion.
c. 100% of Equipment and als no in orate Wor )ivered, suitably stored, and
accompanied by do tion ry y of ett ille as provided in the General
Requirements.
PART TWENTY-FOUR - SIGNING OF (IOIENT O
24.1 When City of Fayetteville a N electidie Successful Bidder, it will be accompanied by
the number of uns ed wcounterp its the Ag em nt as indicated in the Supplementary Conditions,
with all other w ei nfract ents p Within five (5) days thereafter, the Contractor shall
execute the cont and re the X06,
itto City Council for approval. Within 21 days, the City
of Fayette I all retur III execontract to Contractor. Contractor will have five (5) days to
provide th forrr&-Qc nn Payment Bonds for the project.
V
PART T Y IVE - MATERI LS GUARANTY
25.1 ore 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
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
SECTION 01— INSTRUCTIONS TO BIDDERS
10
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
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:
a. Americans with Disabilities Act
b. Storm water discharge regulations enacted under the Clean Water Act a�r ii'nistered by the
Arkansas Department of Environmental Quality (ADEQ) under a general pits program. Contractor
may be required to obtain coverage under general permit ARR00100�crf to commencing work at
the site.
c. If Required -- Arkansas Prevailing Wage Law, Arkansas Code AnPo d §§ 2301 to 22-9-315 and
the administrative regulations promulgate reunde .ectio ) 41 13 - Regulatory
Requirements for PREVAILING WAGE DETERMINATION fort s project
d. Bidder shall perform the Work in co �Nn a with applicableObpart
safety standards set forth in
Occupational Safety and Health A ation ) Part 19 P — Excavations.
• V
G
P
� � o
� o �
0 0 �
G �
- � G
Q'
END OF SECTION 01
SECTION 01— INSTRUCTIONS TO BIDDERS
11
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 02
BID FORM
Contract Name: Rock Street Annex Roof Replacement
Bid Number: 23-48, Construction — Rock Street Annex Roof Replacement
BID TO: V
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM: O
v
Bidder:
• G
G
ARTICLE 1 - INTENT P
V
1.01 The ted s undersigned Bidder nd a r is Bi to enter into an
g p � g � p agreement with
Owner in the form include e C tr ocum tSoerform and furnish all Work as specified or
indicated in the Co t ocumen for e Bid p 'ce and within the Bid time indicated in this Bid and
in accordance wiV
Wit to d co the Contract Documents.
ARTICLE 2 - S A DITIONS
2.01 r cepts all ter s and conditions of the Invitation to Bid and Instructions to Bidders, including
lout limitation those dealing with the disposition of Bid Security. This Bid will remain subject to
acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number
of counterparts of the Agreement with the Bonds and other documents required by the Bidding
Requirements within 15 days after the date of Owner's Notice of Award.
SECTION 02 — BID FORM
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
ARTICLE 3 - BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda,
receipt of all which is hereby acknowledged:
Number
(� �Nlo
V
O
B. Bidder has visited the Site and b ♦ ee iliar ith?nd is sat' s to the general, local, and
Site conditions that may affect ogres ormance mishing of the Work.
C. Bidder is familiar with satisfie a all fe ,'fate, ♦ 61,aws and Regulations
that may affect costr s, e cc, d1 in of ork.
D. Bidder is aware ohthe ture o g e oed b r o be Owner and others at the Site
p� Y
that relates to Work foh this Bi is ubmitt dicated in the Contract Documents.
E. Bidder has correlatesthe in Fa2kno tidder, information and observations obtained
from vi .tSite, s, an ngs identified in the Contract Documents, and all
addition aminat' vest* 0 x lorations, tests, studies, and data with the Contract
c nts.
I* Bidder has g en Purchasing Division written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Contract Documents, and the written resolution
thereof by Purchasing Division is acceptable to Bidder.
Date
G. The Contract Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for performing and furnishing the Work for which this Bid is submitted.
H. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm,
or corporation and is not submitted in conformity with any agreement or rules of any group,
SECTION 02 — BID FORM
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
association, organization, or corporation; Bidder has not directly or indirectly induced or
solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced
any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by
collusion to obtain for himself any advantage over any other Bidder or over Owner.
I. Upon receipt of written notice of acceptance of this bid, bidder will execute the for�ontract
attached within 10 days and deliver a Surety Bond or Bonds as required by�E�. eneral
Conditions. ♦ ��J
J. The bid security attached in the sum of $
is to become the property of the Owner in the event the contras bond are not executed
within the time set forth above, as liquidated damages for t and a onal expense to
the Owner caused thereby.
P
ARTICLE 4 - CONTRACT TIMES
5.01 Bidder agrees that the Work will be s ally�c`o d and c ed and ready for final payment
60 consecutive calendar days fro rr> ate est lied in as notiW tt6ceed. Total completion
shall be 90 consecutive cal �avy/s fr date ejhed i ennotice to proceed. The
bidder agrees to pay d da or c se`cuti cal ndar day thereafter the total
completion time. � � (��
V
5.02 Bidder accepts the provisi aiquidat ages in ent of failure to complete the Work within
the total completion time. LVdated s in the f $100.00 for each consecutive calendar day
thereafter will be aq,5(h
ARTICLE 5 — T OLOGY `
� G
6.01 The to s d in t which are defined in the GENERAL CONDITIONS or Instructions to Bidders
wail the meanin assigned to them.
V-
IRKTTED on , 20
Arkansas State Contractor License No.
If Bidder is:
An Individual
Name (type or printed):
SECTION 02 — BID FORM
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
IC
(Individual's Signature)
Doing business as:
Business address:
Phone No.: FAX No.:
Tax ID No.:
A Partnership
Partnership Name:
By:
UEI No.:
O �
P SEA O
(Signature of general partner — a avidewefof'jgthority )
Name Yl� or t e printed):
( p `
Business address: �+
V
Phone No.: rO �o.:
Tax ID No.: I No.:
^� ♦�
A Corporation �` G
Co orati ame: �,Z (SEAL)
Incorporation:
ype (General Business, Professional, Service, Limited Liability):
M.
(Signature — attach evidence of authority to sign)
SECTION 02 — BID FORM
4
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Name (type or printed):
Title:
Attest:
Business address:
Phone No.:
Tax ID No.:
(CORPORATE SEAL)
(Signature of Corporate Secretary)
D� e
- � G
END OF SECTION 02
SECTION 02 — BID FORM
5
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 03 — LIST OF SUBCONTRACTORS
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 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work
Clearing/Demolition
Mechanical
Plumbing
Electrical
Subcontractor's Name
and Address
(� o
Expecte IL/
{� �V
ntage
r
lue
Roofing/Sheet Metal N11-j �v
S
Other (designate) low
GG
I
V
NOTE: This for ✓ be sub accorda ith the Instructions to Bidders.
Bidder's Signature
SECTION 03 — LIST OF SUBCONTRACTORS
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Section 04
CONTRACTOR REFERENCES
The following information is required from all Bidders so all bids may be reviewed and properly evaluated:
COMPANY NAME:
NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: n♦�
TOTAL NUMBER OF CURRENT EMPLOYEES: FULLTIME PARTTI v
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME TIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CON RA RVICES FOR WITHIN
THE PAST FIVE (5) YEARS (All fields must be completed):
1. z.
COMPANY NAME P P4111:;�
CITY, STATE, ZIP /STY, STATE, ZI�
CONTACT PERSON n' CON P SONS
TELEPHONE PHO
P
DATE COMPLETED O O D E PLETED
c N O
E-MAIL ADDRESS ` -MAIL ADDRESS
3. ♦��
COMPANY NAME Cj
`
w���
CITY, STATE, P V
CONTIVON
TELEPHONE
DATE COMPLETED
E-MAIL ADDRESS
4.
COMPANY NAME
CITY, STATE, ZIP
CONTACT PERSON
TELEPHONE
DATE COMPLETED
a A I91W_\0]0]ilk] a
SECTION 04 - CONTRACTOR REFERENCES
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 05
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we
as Principal, hereinafter called the Principal, and
G
O
v
Rta corporation duly organized under the laws N Stat G as Surety, hereinafter
called Surety, are held and firmly bound ure) •
G
City of Fayetteville, Arkansas
Y QJ V
113 West Mountain Street
P
Fayetteville, Arkansas 72701 ✓ k
O J►
as Obligee, hereinafter called Ow r, i e su o
DoI ), for the payment of which sum, well
and truly to be made, Prin I a d said S ret , bind ou elv , our heirs, executors, administrators, successors
and assigns, jointly and s e i,7irml Mse pry
,
WHEREAS, Princi �ubmitted Bid for: cj
BID 23-48, CST CTION —KO K STREET ANNEX ROOF REPLACEMENT
NO L'F`/ORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with
the Own r 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.
SECTION 05 - BID BOND
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
Signed and sealed this day of
PRINCIPAL
M
SURETY
By
20
(CORPORATE SEAL)
V
G
0
Pv
ATTORNEY -IN -FACT �
RATE SEAL)
G
0
� � 0
(This Bond shall be accompanied O 0
0
Attorney-in-Fact's authoritt ity from y)
V
END OF SECTION 04
SECTION 05 - BID BOND
2
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 06
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that
as Principal, hereinafter called Contractor, and
V
O
v
as Surety, hereinafter called Surety, are held R"i rmly 6,W 0 V
City of Fayetteville, Arkansas G `
113 West Mountain Str
Fayetteville, Arkansas 72 1 � � n•
as Obligee, hereinafter called 0 r the am 2df v�J a
g 4 $ for the payment whereof
Contractor and Surety bind them Ive , thei a secut nistrators, successors and assigns, jointly and
severally, firmly by these pr ents.
WHEREAS, Contractor h tm 20 , entered into a
�y writte � �
contract with Own ID 23-48,lSTRUCT NROCK STREET ANNEX ROOF REPLACEMENT which contract
is by reference a art er d is hereinafter referred to as the Contract.
NOW, T I FF E, THE CON TION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully
perf 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
SECTION 06 - PERFORMANCE BOND
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX 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 th�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 th�d,f 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 cdl�,�tion other than the Owner
named herein or the heirs, executors, administrators, or successors of the Own r.``__
Signed and sealed this day of _ O
CONTRACTOR •`� PORATE SEAL)
V
•p G
By �` `� •
G
G
SURETY � � NTERSIGNED: Resident Agent
OArkansas
n0
By
ATT-Q IN -FACT?&
(This Bond shall be accompanied with
Attorney-in-Fact's authority from Surety)
(CORPORATE SEAL)
Approved as to Form:
Attorney for
SECTION 06 - PERFORMANCE BOND
2
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
SECTION 07
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 G
O
Pv
•p G
�
as Surety, hereinafter called Sur , e a rr ou
'Q
City of Fayetteville, Arkan s V
Y � � n•
113 West Mountain Street O J►
Fayetteville, Arkansas 72 1
O O G
as Obligee, hereinafter c&�bvkr, for se and bt%lit of claimants as hereinbelow defined, in the amount
of $ -------- I fore ayment whereof Contractor and Surety bind themselves, their heirs,
executors, admini4s, successRIZd assigns, jo0tly and severally, firmly by these presents.
WHEREAS,�Sentr orr has itten Agreement dated 20, entered into a
contract wiiner for BID 2R-48 CONSTRUCTION —ROCK STREET ANNEX ROOF REPLACEMENT which contract
is by A$e 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
SECTION 07 - LABOR AND MATERIAL PAYMENT BOND
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX 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 herebyjointly 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, rosecute the
suit to final judgment for such sum or sums as maybe justly due claimant, and have ex thereon.
The Owner shall not be liable for the payment of any costs or expenses of any suc
C. No suit or action shall be commenced hereunder by any claimant:
1. Unless claimant other than one having a direct contract i Principal, shall have given
written notice to any two of the following: the Contractor, a ner, the Surety within 90
days after such claimant did or performed the last rk or la furnished the last
of the materials for which said claim s"4iade, st h subst 1►accuracy the amount
claimed and the name of the part to 1hom the ma rials w e nished, or for whom the
work or labor was done or * rrr i d. Suc notice shall ed by mailing the same by
registered mail or certified ai postag id, in lope 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 s mad s ved in the state in which
the aforesaid Pro e i located, at suc r ice ne made by a public officer.
After the ex * of o follo date o w 'ch Contractor ceased Work on the
Contract, it b ing uod, hoer, that if � imitation embodied in this Bond is
prohibited by any `�p�ntrolling h®c nstruci n ereof, such limitation shall be deemed to
be amended as e e Io1he mini eriod of limitation permitted by such Law.
v
OtherZiry state urt f comp ent risdiction in and for the county or other political
sub the 1TTwhic4i a ject, or any part thereof, is situated, or in the United
A.
Stat.%&trict IV the istrrNin which the Project, or any part thereof, is situated, and
d shall be reduced by and to the extent of any payment or payments made in
faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of
'N' under and against this Bond.
Signed and sealed this
day of
whether or not claim for the amount of such lien be presented
20
SECTION 07 - LABOR AND MATERIAL PAYMENT BOND
2
CITY OF FAYETTEVILLE, ARKANSAS:
BID 23-48, CONSTRUCTION — ROCK STREET ANNEX ROOF REPLACEMENT
(CORPORATE SEAL)
M
SURETY COUNTERSIGNED: Resident Agent
State of Arkansas �v
y
By By
ATTORNEY -IN -FACT O (CORP EAL)
P
(This Bond shall be accompanied with
Attorney-in-Fact's authority from Suret V G Ap as t
Oi1r �y for
O O
G �
SECTION 07 - LABOR AND MATERIAL PAYMENT BOND
3
PROJECT MANUAL
FOR
CITY OF FAYETTEVILLE
ROCK STREET '�►
ANNEX
ROOF REPLACEMENJ
C F ,A
1 - 02
FO N �T
G
,Q ,Q
,�c o'
Archit v
N11ES A A SAS,
1 . CENTE ST, UITE 4
F TTEVILLE, ANSAS 7 1
G(479),96fZ 7 OF
BAR CT'$ JECT NUMBER
22.00
01 'COPY T 2023/WER
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.
7j,
r.mE ob,.E C�����,.
END OF SECTION
P�,e)�
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
00 0105 - 1
Certifications Page
11 /29/2023
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
V
Section 04 - Bid Bond
Section 05 - Performance Bond v
Section 06 - Labor and Material Payment B O
CONTRACT GENERAL CONDITIONS v
General Requirements
DIVISION 00 -- PROCUREMENT AND CONTRAC EQUI S
00 0105 - Certifications Page
00 0110 - Table of Content�7J• c'� `V • a►
00 6325 - Substitution t Form �+ `
SPECIFICATIONS V
DIVISION 01 -- GENERAL REQUI TS
01 1000 -Summary
01 2000 - Price andpay roce V
01 2500 - Substitution Procedu s
01 3000 - Ad ' istrative Requir ents `CO
- 01 3216 a or cn Pro Schg
01 4000 - ity Req irnts
deb J
01 90e
empor F�lities and Controls
0 Pro t e irements
1 Exe ion and Closeout Requirements
`7800 - Closeout Submittals
IVISION 02 -- EXISTING CONDITIONS
02 4100 - Demolition
DIVISION 03 -- CONCRETE NOT USED
DIVISION 04 -- MASONRY NOT USED
DIVISION 05 -- METALS NOT USED
05 5000 - Metal Fabrications
DIVISION 06 -- WOOD, PLASTICS, AND COMPOSITES
06 1000 - Rough Carpentry
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
000110-1
Table of Contents
11 /29/2023
DIVISION 07 -- THERMAL AND MOISTURE PROTECTION
07 0150.19 - Preparation for Re -Roofing
07 5400 - Thermoplastic Membrane Roofing
07 6200 - Sheet Metal Flashing and Trim
07 7100 - Roof Specialties
07 7200 - Roof Accessories
07 9200 - Joint Sealants
DIVISION 08 -- OPENINGS
08 4523 - Fiberglass -Sandwich -Panel Assemblies ♦�
DIVISION 09 -- FINISHES NOT USED
DIVISION 10 -- SPECIALTIES NOT USED
DIVISION 11 -- EQUIPMENT NOT USED
DIVISION 12 -- 33 NOT USED
END OF SECTION O
v
G
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
000110-2
Table of Contents
11 /29/2023
PRE -BID SEND TO
AMANDA BEILFUSS
SECTION 00 6325
SUBSTITUTION REQUEST FORM
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, 410
FAYETTEVILLE, AR 72i
PHONE 479-966-4s
SECTION PARAGRAPH SPECIFIED ITEM
PROPOSED SUBSTITUTE
ATTACH, COMPLETE DESCRIPTION, DESIGNATION, CATALOG O (JJL NUMBER, SPEC
DATA SHEET, AND OTHER TECHNICAL DATA, IN DING LAO= RY TF Tk IF
APPLICABLE.
ANSWER THE FOLLOWING QUESTIONS `
WILL SUBSTITUTION AFFECT DIMENSIONS NDICATEn^N DRAWIN� S THE SI E DIFFERENT
PHYSICAL SI E � O �`
WILL SUBSTITUTION AFFECT WIRQI , WIPING, WOR ,ETC INDIG!ATED ON DRAWINGS
THIS INCLUDES LOWER OR HIGH.RR ELECTRIC LOAD D OR VOLTAGE DIFFERENT BTU
HEAT LOAD AND OR OR VEN REQUI SI:LE � E C. v
WHAT AFFECT WILL SUBSTITUTIO E ON &HE TRA
O
LIST ANY DIFFERENCES B P SUB ION AND SPECIFIED ITEM
IF NECESSARY, WIL UNDERSIGNE PAY FAR ARCHITECTS ENGINEER S COSTS,
REQUIRED TO RE IRKING DRAWINGS, THAT ARE CAUSED BY SUBSTITUTION
MANUFACTURERIfWAR Y OF PROPOSED ITEMS ARE SAME DIFFERENT
PROPOSED COST SA KING SUBSTITUTION PRODUCT
REVIEW COMMENTS
PROVED
PROVED AS NOTED SEE ATTACHED EXPLAINATION
NOT APPROVED REJECTED
REJECTED RECEIVED TOO LATE NOT REVIEWED
REMARKS
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
00 6325 - 1
REVIEWED BY
Substitution Request Form
11 /29/2023
SUBMITTED BY
FIRM
ADDRESS
SIGNATURE
DATE
PHONE EMAIL
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
00 6325 - 2
Substitution Request Form
11 /29/2023
SECTION 01 1000
SUMMARY
PART 1 GENERAL V.22
1.01 PROJECT
A. Project Name: City of Fayetteville Rock Street Annex 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 installation of new skylights at the g City
of Fayetteville Rock Street Annex Building.
1.02 CONTRACT DESCRIPTION �v
1.03 DESCRIPTION OF ALTERATIONS WORK
A. Scope of demolition and removal work is indicated on drawings and s ecSection 02
4100.
B. Scope of alterations work is indicated on drawings. G
1.04 WORK BY OWNER O
A. The Owner, without sacrificingtheir right toto
does n to and si nificant work
gg
with their own forces within the construct n rior to Su tantial etion.
B. Items noted NIC (Not in Contract) �11�I upplied d is tailed ner before Substantial
Completion. �`
C. Items and equipment noted to b*Vvvvtactgr ii hed an ctor Aostalled is to be
purchased new by the Contrafctor and II cAJ% , crate he handling installation and
connection should be incllyded turn-ke i t ro ect ms and ec
piRknent noted to be
Contractor Installed shy II be coordin e provi the C?or shall include all costs
for handling, instal tii and conne` i the i t v
D. Cooperate fully wit the Owner's v l orces or a rate co a rs, if any, so work on those
contracts may be carried ou hly, wii out 1 terfeerir�j Gj or delaying work under this
contract. O
1.05 OWNER OCCUPANCY
A. Owner intends to c in to o Jace of the existing building during the entire
construction p riod.
B. Owner int 0 &upy t ject upon S\bstantial Completion.
C. Owner inte to occu in rtion of the completion Project prior to the date for the
1 P
con af►riormal o r ' S.
D. Crier with O n minimize conflict and to facilitate Owner's operations.
E. Schedule the o accommodate Owner occupancy.
1.06 • ACTOR USE OF SITE AND PREMISES
Construction Operations: Limited to areas noted on Drawings.
1. Locate and 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:
FAYONC22.00 Summary
City of Fayetteville
Rock Street Annex 01 1000 - 1 11/29/2023
Roof Replacement
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.
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 thrpt :00 pm.
H. Utility Outages and Shutdown:
1. Limit disruption of utility services to hours the building is unoccupi
2. Do not disrupt or shut down life safety systems, including but pnot l.imi to fire sprinklers
and fire alarm system, without 7 days notice to Owner and aus having jurisdiction.
3. Prevent accidental disruption of utility services to other facili es
PART 2 PRODUCTS -NOT USED o
PART 3 EXECUTION - NOT USED P%v*
'O SEQION V
G
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 1000 - 2
Summary
11 /29/2023
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. n.
E. Procedures for preparation and submittal of application for final payment. V
1.02 SCHEDULE OF VALUES
A. Use Schedule of Values Form: AIA G-702 Application and Certificate f ent.
B. Electronic media printout including equivalent information will be c'der e in lieu of standard
form specified; submit draft to Architect for approval. G
C. Forms filled out by hand will not be accepted. (�
D. Submit Schedule of Values in duplicate wit ' �5days of al�C) Own - n ractor
Agreement.
E. Format: Utilize the Table of Content4o is rotect M�ival. Identi� line item with
number and title of the specification 4F. Iden ' sife mobili
F. Include in each line item, the amp Allowa s ecified ' section. For unit cost
Allowances, identify quantities tel* rom CtYi a ocu ultipli d by the unit cost to
achieve the total for the item
G. Revise schedule to list a r e Chan lers, wit e Apn or Payment.
1.03 APPLICATIONS FOR PR GS S
A. Payment Period: * t int ipulat Agree e
B. Use Form AIA G702 and Fo G703,�`litio stipul t�i the Agreement.
C. Electronic media printou ing equi I � informa 'Vill be considered in lieu of standard
form specified; sub VMa to Ar i or apprIC
D. Forms filled out by ill n eptedX
E. For each ite rov'de a col n listing ?the following:
1. ItemWe.2.Descf work(��
V
3. heduled Value
4. e ious An ns.
5. ork in ce qnd Stored Materials under this Application.
uthorize Change Orders.
Total Com feted and Stored to Date of Application.
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
Rock Street Annex 01 2000 - 1 11/29/2023
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 t des
a detailed description of a proposed change with supplementary or revised draw d
specifications, a change in Contract Time for executing the change with a stip of any
overtime work required and the period of time during which the requeste.4Qa ill be
considered valid. Contractor shall prepare and submit a fixed price quo hin 15 days.
D. Computation of Change in Contract Amount: As specified in the A r m and Conditions of
the Contract.
1. For change requested by Architect for work falling under a fi a ice co ract, the amount
will be based on Contractor's price quotation.
E. Substantiation of Costs: Provide full inform quire uation.(��
1. Provide the following data: V
a. Quantities of products, labor quipment,4
b. Taxes, insurance, and bor��� /� n-
c. Overhead and profit. `` `�� ��J
d. Justification for any c� in C Rime.
e. Credit for deletion ontra JA
ty d ed. ,
F. Execution of Change Or shitec sue Ch g 1 6rde natures of parties as
provided in the Condition, the C
G. After execution ofthp*QQOrder ptly rQiE&dule lues and Application for
Payment forms to record each ized he Order parate line item and adjust the
Contract Price.
H. Promptly revise pro s s ules t t any cfn Contract Time, revise sub -
schedules to adjust meoth t m of work id by the change, and resubmit.
I. Promptly enter chan n Proj ord Do ts.
1.05 APPLICATION F INAL PAY EN
A. Prepare A n for F' aymenL ified for progress payments, identifying total
aOhed-
a, ct Su ous ym� and sum remaining due.
B. Afor Fin ment will n�.l considered until the following have been
*XECUTION
serNT
cedures specified in Section 01 7000.
DUCTS - SED
- NOT USED
END OF SECTION
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 2000 - 2
Price and Payment Procedures
11 /29/2023
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 request!!Cade
prior to or after award of contract (During procurement or construction).
B. Section 01 6000 - Product Requirements: Fundamental product requirements, OZ.
options,
delivery, storage, and handling. f
1.03 DEFINITIONS
A. General Clarification: Where a definate material is specified it is not the it to descriminate
against any equal product from another manufacturer. It is the intekitset a definate standard.
Open competition is expected, but in all cases, completed ata mu bmi ted for
comparrision and test when requested by Architect. No substit all be unless
authorized in writing by the Architect. If the ontractor pro t substitu qual product,
he shall make this fact known, in writing, to hitect s as posthe award of
the contract. �J
B. Substitutions: Changes from Contr ents requt'fements p�d by Contractor to
materials, products, assemblies, an'nt.
1. Substitutions for Cause: Pr due t ged Proj umstances beyond
Contractor's control.
a. Unavailability.
b. Regulatory cha
2. Substitutions for ience: Qrdposed du sibilit `ing substantial
advantage t ec .
g
a. Substitut r q est g a va g solely t�h ►Contractor will not be
considere
PART 2 PRODUCTS - NOT USE
PART 3 EXECUTION
3.01 GENERAL REQUIREM
A. A Substitutiobast for pr duc , aysem li`materials, and equipment constitutes a
representa ' ne s �
1. Has i tigated d pQ21ment,
l�N etermined that it meets or exceeds the quality
e116 the sped iproductassembly, or system including aesthetics of
p y ical pro� ,such as ae colors, patterns and textures.
2. rees t a 6 the same warranty for the substitution as for the specified product.
rAgrees to ovide same or equivalent maintenance service and source of replacement
parts, as a plicable.
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
Rock Street Annex 01 2500 - 1 11/29/2023
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 dat . to
single document. V
3.02 SUBSTITUTION PROCEDURES DURING PROCUREMENT o'
A. Instructions to Bidders specifies time restrictions for submitting requests for sl ions during
the bidding period, and the documents required.
B. Submittal Form (before award of contract): (�5
1. Submit substitution requests by completeing the form in SectiAnb06325; see this section
for additional information and instructions. Use only this form- othorr form of submission
are unacceptable. Substitutions before award of contracte submi the City of
Fayetteville Purchacing Division. v
3.03 SUBSTITUTION PROCEDURES DURING CON CTIO�
A. Submittal Form (after award of contract�
1. Submit substitution requests b eting t��form in Section ,0 325; see this section
for additional information and ins tions. I'l��e"bnly this form;)bther forms of submission
are unacceptable. Sub tit ter awontrac ,Ja be s bmitted to the architect.
B. Architect will consider reque substit r only wi �'days�a ate of Agreement.
C. Substitutions will not be n ered un o e or monno lie fo cumstances:
1. When they are i or im d sho or ro t ata submittals, without
having recei appro
2. Without a sep ate writte st.
3. When accepta ce will _r`�e� revisioto ontrac ments.
3.04 RESOLUTION ``` O►
A. Architect may requ t a onal ion an entation prior to rendering a decision.
Provide this data in pedi nner.
B. Substitutions submi ted beforf a rd of co rac ill be accepted or rejected via addendum.
1. Archi ct'd)cion f g revj oposed substitution will be noted on the
subm t form t ed t��ndum.
o/ bWi 11�
C. SubaC iLti4ns submitttid fitter away of ntract, Architect will notify Contractor in writing of
d g accepOr reject request.
1chitect' decision following review of proposed substitution will be noted on the
liuobmitted
orm.
3. TANCE
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
Rock Street Annex 01 2500 - 2 11/29/2023
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. n.
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 ♦ shedule: Fd�m, Conte administration of
schedules. ��
1.03 PROJECT COORDINATION �J' ♦`O G
A. Cooperate with the Project Co! I ator in tion ofation area f site; for field offices
� ry e traffic, and sheds, for constructs & d�live , n rkin ciliti
� ,
B. During construction, c rdinate use i and i ro hVWoject Coordinator.
C. Comply with Proje rdinato ' edur f ra-proje mmunications; submittals,
reports and records, chedule rdina ' ings, a mmendations; and resolution
of ambiguities and conflicts
D. Comply with instruct' s Proje dinator of temporary utilities and
construction faciliti . GG
E. Coordinate field engi ing an t work\10nstructions of the Project Coordinator.
F. Make the folloWNIRg types of s bmi als to itect:
1. Requ Apr interpr ti n. ♦ ��
2. Requfor sub n.
3. drawings o ct data, n amples.
4 T and insc ' reports.
5. nufac instructions and field reports.
Applicatio for payment and change order requests.
♦ 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
Rock Street Annex 01 3000 - 1 11/29/2023
Roof Replacement
C
2.
3.
4.
5.
A
(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 initials4 date
will not be reviewed. Each scan or PDF copy, especially large format docume
drawings, shall be individually stamped, if transmitted as individual files. Asse
documents in a single file need only be stamped once.
Subcontractors, suppliers, and Architect's consultants are required to h -mail
transmission of review documents, and provide copies directed to he ect and
Contractor.
Users of the electronic document submission process shall atop, v e a email address and
Internet access. PDF review software that includes ability to and apply electronic
stamps (such as Adobe Acrobat, www.adobe.com, or Blueb DF R
www.bluebeam.com), is encouraged, unless scan to P fi cap abiIi vided by the
document generator / provider. V
Paper documents & transmittals of elec nic submis ns will not b�viewed; emailed
PDF documents without transm tt tter / forms�m he co r ctor will not be reviewed.
All other specified submittal a� c ment tr smission prs apply, except that
electronic document requirem�o not a physic r pies or color selection
charts. . + e
Cost: The cost of the electro i cument-%Wi tal(s)l�i paiQ tractor; include the
cost of the submittals in t act sun
Project Closeout: Arc ill det in which pro lectron ument files shall be
archived for the O r. Non all provide ese d me s elecronically and
physical componer a' rt of/Fh� se gut'ht Tfent sub is i n.
3.02 PRECONSTRUCTION
I
C
Attendance Requi
1. Owner.
2. ArchiteGP%
, list of Products, schedule of values, and progress
Designati of personnel representing the parties to Contract, the Owner and Architect.
Procedure and processing of field decisions, submittals, substitutions, applications for
payments, proposal request, Change Orders, and Contract closeout procedures.
Scheduling.
D. 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
Rock Street Annex 01 3000 - 2 11/29/2023
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. V�
7. Application for payment procedures. V
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 eons ruction period.
D. Record minutes and distribute copies within two days after meeting to paartici ts, with two
copies to Architect, Owner, participants, and those affected byOns ma
3.04 PROGRESS MEETINGS v
A. Schedule and administer meetings throu ho progress o e Work um monthly
intervals.
B. Make arrangements for meetings, pagendh copies fQF icipants, preside at
meetings. �VV
C. Attendance Required: Job s Indent ub n and pliers, Owner,
Architect, as appropriate to ala topic ch me •►
D. Agenda: `
1. Review minu es us
V
2. Review of W ese) s.
3. Field observat ns, probl and d -sio . �+
4. Identification of probl s impe r will imp nned progress.
5. Review of submitta ule a t us of s&-ts.
6. Maintenance of pro s s le
7. Corrective meaFALre to regai tected u es.
8. Planned ogress dun succeeding or riod.
9. Maint Qf qualit work ds.
10. Effec osed s on chedule and coordination.
11. they iness r0lati to W k.
E. R nutes and gs*ribute copi ithin two days after meeting to participants, with
e c o co & to er hitect, Owner, participants, and those affected by decisions made.
3.05 C ST CTION PROGRESS SCHEDULE - SEE SECTION 01 3216
� Vll/ithin 10 days after 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.
If preliminary ry 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
Rock Street Annex 01 3000 - 3 11/29/2023
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 generat
AutoCAD files that resemble the sheets as seen in the Construction Documents as Aas
generate entire floor plans of the building. This service can be provided at a co
Contractor per sheet/floor plan desired. See end of section for Digital Rele s
C. Portable Digital Format (PDF): PDF of issued drawings can be provided/i I actor at no
cost. Contact Architect for availablity. 141
D. Other documents: Contractor will have to directly contact consulta>r trade specific files,
such as AutoCAD files for topographical layout, etc. -
3.08 REQUESTS FOR CHANGE ORDERS
A. In order to facilitate checking of quotations f as or prop \except for those
so minor that their propriety can be seen y i pection, sh be acco d by a complete
itemization of costs including labor, nja Is and subcVtracts. L a d materilas shall be
itemized in manner prescribed aboNXI
ere maj cost items contracts, they shall be
itemied also. �[``
3.09 CONTRACTOR LIABILITY REQUI I €NTS *`O
A. The Contractor shall cause mmeriVitect
pity cov �.fequir a Contract
Documents to include (1) a wner, t E in a an itect Engineer's
consulants as additio ed for i cause le or in y the Contractor's
negligent acts or duri ontr o s ration an 2) the Owner as an
additional insured c i s c who o p rt by the o tractor's negligent acts or
omissions during th Contra omplei op rations. rchitect / Engineer, Engineer,
and their respective Cons, it are re le for tl4e� Professional Liability coverage.
3.10 SUBMITTALS FOR RE
A. When the following
1. Product ta.
2. Shop drWYN
3. Sam s
4. m s or v
5. ated Des'
B. Sl�binit Arclii
:cifi i iduas, submit them for review:
:rred su Is.
Qr'review for the limited purpose of checking for conformance with
d the design concept expressed in the contract documents.
mples will beTeviewed only for aesthetic, color, or finish selection.
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
Rock Street Annex 01 3000 - 4 11/29/2023
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. f
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 electro -marked up file will be
returned. Create PDFs at native size and right -side up; illegible NAM, ill be r ' cted.
B. Documents for Information: Submit one electronic copy.
C. Documents for Project Closeout: Make elec repro cdof sub les originally
reviewed. Include electronic files of any Eub ttals for infoNation. copies of
Operational Manuals included with pro) and equiprpent shoul ected and retained
for close out documentation. `
D. Samples: Submit the number spin indi ' specific ctions; one of which will be
retained by Architect.
1. After review, produce dPe'retu
es re r 'obsi veriticbly
2. Retained samples d Contr o lessso stated. Di ital
p g
documentation of ided s s will be�pi� ' ed.
3.14 SUBMITTAL PROCE
A. Transmit each sub 'ttal with-, fo an Contrac �rztnsmittal form. Transmittal shall
be numbered sequentially sed s tals should i ade original number and a
sequential alphabetic su �nsmitta sh I inclucj�'list f each specification section or
sections that are in a he b i contents'. Send trasmitted submittal as one complete
PDF; multiple files nj be r ie nd w� need to be reassembled by Contractor.
B. Identify Proje Contractor, Sub c tractor r s`upplier; pertinent drawing and detail number,
and specifi all Ation n r.
C. Apply Cont ors stam ed o it rtifying that review, approval, verification of
Prodyes y� uir
� ed, fi nsion a ent construction Work, and coordination of
inf ✓✓✓n is in a ce with th quirements of the Work and Contract Documents.
D. D li physi ittals to Architect at business address. In some instances, larger physical
6arnIffles can b oordinated to be delivered to the construction site, typically for use in a mock-
Schedu 4Qj`le 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
Rock Street Annex 01 3000 - 5 11/29/2023
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 specification0o not
split up a single specification section into multiple submittals (ie product data, s s, shop
drawings, etc.). Avoid grouping unrelated specifications sections together i ittal.
K. Each submittals will only be reviewed two times; once for orginal review W
a second time
for a potential revised submittal. Any further additional reviews must inc u eneral
Contractor's explaination for their inablity to conform with requiremkt. Additional reviews
beyond aforementioned may have costs associated to complete qwiNnal re iews.
L. When revised for resubmission, identify all changes made sinuous s ►ion. Cloud all
changes and revised details / notes. Addre II comme s an*(dY quest' r p sed in previous
submission; lack of addressing all previous r comm s Jr groun r rejections of
submittal. Include previous reviewed su itt pages after a last the new submittal
information. ,•,` #41
M. Distribute reviewed submittals as alp late. In RW
parties mptly report any inability to
comply with requirements. \J��"""
N. Submittals not requested will �j recog r proc►
v
G
G �
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 3000 - 6
Administrative Requirements
11 /29/2023
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 ands II not be
used by you or anyone else receiving this data through or from you for any purpose han
as a convenience in the preparation of bids or shop drawings for the referenced QrAny
other use or reuse by you or by others, will be at your sole risk and without liab'IWOM
gal
exposure to WER. You agree to make no claim and hereby waive, to the f
permitted by law, any claim or cause of action of any nature against W is ers, directors,
employees, agents or sub -consultants which may arise out of or in conn io with your use of
the electronic files.
D. Furthermore, you shall, to the fullest extent permitted by law, inde �nd h Id harmless
WER from all claims, damages, losses and expenses, includin ey's feerisingout of or
resulting from your use of these electronic fi s. V
E. T es ma t etween these
electronic files and corresponding hard c py ntract docu nts du enda, change
orders or other revisions. WER ma 2 esentatioMfegarding t curacy or
completeness of the electronic files eive. te event th nflict arises between the
signed contract documents prep WERectronic fill a signed contract
documents shall govern. You a r pons Yor etermining MIN
c flict exists. By your use
of these electronic files, you r t retie\our du cony coq p f wa h the contract
documents, including andwithout limit tipnSk nee eck, onfirm end coordinate all
dimensions and details, take field m sents, eld coNitions'and coordinate your
work with that ofoer contractor �1'p'
F. Because of the pot tial that the i iWmation sented on ctronic files can be modified,
unintentionally or of rwise, WER reserves the fight to a all indications of its ownership
and/or involvement frompch electronic 61 dtay.
G. WER will furnish yo c4pnic files t dt st of 1per building floor or sheet, for the
following: \co
1.
2. �
3.
A se vWee of ) sha mitted to WER prior to delivery of the electronic files.
H. Md r circumstNgcZs shall delivery of the electronic files for use by you be deemed a sale
byVVR and WEF:t?nakes no warranties, either express or implied, of merchantability and
ess for any plprticular purpose. In no event shall WER be liable for any loss of profit or any
nsequential damages.
4RIGNED
\
WITSELL EVANS, RASCO PA CONTRACTOR NAME TITLE
DATE ADDRESS PHONE NUMBER
END OF SECTION
FAYONC22.00 Administrative Requirements
City of Fayetteville
Rock Street Annex 01 3000 - 7 11/29/2023
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. n.
B. Within 10 days after joint review, submit complete schedule.
1.03 QUALITY ASSURANCE
A. Scheduler: Contractor's personnel or specialist Consultant specializing scheduling with
one years minimum experience in schedulingconstruction work of a c m it "comparable to
this Project, and having use of computer facilities capable of delive detailed graphic
printout within 48 hours of request.
1.04 SCHEDULE FORMAT
A. Listings: In chronological order according to art da ch activ 1LNentify each
activity with the applicable specification s cti number
B. Diagram Sheet Size: Maximum 22 es. ProvidLtelectrone ) in PDF format.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION • O V
3.01 PRELIMINARY SCHEDULE �` `� • V"
A. Prepare preliminary sc I in the fo horiz r ch `
3.02 CONTENT
A. Show complete se ence of c ion y ivi y, with s r beginning and completion of
each element of con tructio
B. Identify each it by sp ion sectiber. J►
C. Provide sub-sched es tfine 'ti®I ortions entire schedule.
D. Include conferencesmeeti chedul
E. Show accum I ed ercentaAe of omple i of each item, and total percentage of Work
completed s the first lay of each sn*
F. Provi s r to sch ule of sub itta tesJJJJJJfor shop drawings, product data, and samples,
own r- ished pr cts, product tified under Allowances, and dates reviewed submittals
e uire fr chitect. Indicate decision dates for selection of finishes.
G. Indi e delive es for owner -furnished products.
�ovide legend r symbols and abbreviations used.
3 CHARTS
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
Rock Street Annex 01 3216 - 1 11/29/2023
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. V�
F. Submit reports required to support recommended changes.
G. Provide narrative report to define problem areas, anticipated delays, and ' I IQ 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 sit sub ontractors,
suppliers, Architect, Owner, and other concerned parties.
B. Instruct recipients to promptly report, in writi roblems<nticd by p c ns indicated in
schedules. ►
END Q V TION 4
61 o
� '`� ��' •
G
'Q � 'Q
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00 Construction Progress Schedule
City of Fayetteville
Rock Street Annex 01 3216 - 2 11/29/2023
Roof Replacement
SECTION 01 4000
QUALITY REQUIREMENTS
PART1 GENERAL
1.01 SECTION INCLUDES
A. Control of installation.
B. Tolerances.
C. Testing and inspection agencies and services.
D. Control of installation. n.
E. Tolerances.
F. Manufacturers' field services.
G. Defect Assessment.
1.02 TESTING AND INSPECTION AGENCIES AND SERVICES
A. As indicated in individual specification sections, Contractor shall and pay for services of
an independent testing agency to perform specified testing. (�
B. Employment of agency in no way relieves C actor of i i1 to perf rk in
accordance with requirements of Contract DCUM ents.
PART 2 PRODUCTS -NOT USED �
PART 3 EXECUTION
3.01 CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, man ers, pv ser is site conditions, and
workmanship, to produce work of specifi ity. ` Vim►
B. Comply with manufacture s'` structi s, ' uding ep in `e.
C. Should manufactutrs' i ructioi ict w ct Do en , request clarification from
Architect before proceedi g.►
D. Comply with specified stan r s mini quality foork except where more stringent
tolerances, codes, or sp require n indicatt r standards or more precise
workmanship.
E. Have work perform e pers ied to oe✓✓required and specified quality.
F. Verify that fiea suremen ar s indic ed an shop drawings or as instructed by the
manufactu r. �
G. Secure pro�ts in pla i posi '17i ge devices designed and sized to withstand
stre +Vibration, p sisto nn, nd disfigurement.
3.02 TOLE*I
v
A. Mo r fabric nd installation tolerance control of products to produce acceptable Work.
P P P
o not permit t erances to accumulate.
omply with manufacturers' tolerances. Should manufacturers' tolerances conflict with
Contract Documents, request clarification from Architect before proceeding.
C. Adjust products to appropriate dimensions; position before securing products in place.
3.03 TESTING AND INSPECTION
A. Testing Agency Duties:
1. Provide qualified personnel at site. Cooperate with Architect and Contractor in
performance of services.
2. Perform specified sampling and testing of products in accordance with specified
standards.
3. Ascertain compliance of materials and mixes with requirements of Contract Documents.
FAYONC22.00 Quality Requirements
City of Fayetteville
Rock Street Annex 01 4000 - 1 11/29/2023
Roof Replacement
4. Promptly notify Architect and Contractor of observed irregularities or non-compliance of
Work or products.
5. Perform additional tests and inspections required by Architect.
6. Submit reports of all tests/inspections specified.
B. Limits on Testing/Inspection Agency Authority:
1. Agency may not release, revoke, alter, or enlarge on requirements of Contract
Documents.
2. Agency may not approve or accept any portion of the Work.
3. Agency may not assume any duties of Contractor.
4. Agency has no authority to stop the Work. (��
C. Contractor Responsibilities: VV
1. Deliver to agency at designated location, adequate samples of mated �jo sed to be
used that require testing, along with proposed mix designs.
2. Cooperate with laboratory personnel, and provide access to the W d to
manufacturers' facilities.
3. Provide incidental labor and facilities:
a. To provide access to Work to be tested/inspected.
b. To obtain and handle samples at t e site or at s " o roductg
tested/inspected. n•��
c. To facilitate tests/inspections. �J
d. To provide storage and curin st sample$t
4. Notify Architect and laboratory, rs prior, expected t' operations requiring
testing/inspection services. `��
5. Employ services of an inde e ent qu1 d esting I ry a pay for additional
samples, tests, and insl6ctions requi- Contra t yonqsrXied requirements.
6. Arrange with Owner agency and y additi mpl nd inspections
required by ContVctor beyond d requ' S.
D. Re -testing requireecause of plia i ecifie equ ements shall be performed
by the same agenc n 'ttruc ' y Ar i ►
E. Re -testing required becaus -com ce with sp requirements shall be paid for by
Contractor. �►
3.04 MANUFACTURERS FI L VI O
A. When specified in in ' ual sp on sec quire material or product suppliers or
manufacturer�p provide qu ifie tall per nn to observe site conditions, conditions of
surfaces a d lINion, of w or�hip as applicable, and to initiate instructions when
necessary. `
B. Repq b,�ervations i e deci ons r instructions given to applicators or installers that are
s Ten ntal or c to man ufa ers' written instructions.
3.05 D F CUSSES
�4. place Work portions of the Work not complying with specified requirements.
END OF SECTION
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 4000 - 2
Quality Requirements
11 /29/2023
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. n.
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 existing cilities.
2. Water supply, consisting of congedtcooli
to existing facilities.
B. Provide and pay for all lighting, hea� nd ventilat uired for construction
purposes. A O�
C. Existing facilities may not be D. Use trigger -operated noz ater h�e�, o avoi of elf
1.03 TELECOMMUNICATION CES 3
VV
A. Provide, maintain, for toimuni i rvices 'eld office at time of project
mobilization. c
B. Provide telephone, cellular and eed inte nnection to jobsite.
C. Provide on jobsite c iewin rinting sical copies of electronic versions of
construction docum nts, mit F , ASI,
1.04 TEMPORARY SANITAR ACILI
A. Provide and aig requir faci sties ar�closures. Provide at time of project mobilization.
B. Maintain d I w lean arm nary�+�
1.05 BARRIE �G!
A. P rriers t nt unauthorized entry to construction areas, to prevent access to areas
thatId be us to workers or the public, to allow for owner's use of site and to protect
xisIna facilitie and adjacent properties from damage from construction operations and
`molition.
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
Rock Street Annex 01 5000 - 1 11/29/2023
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 s' ce is
not adequate, provide additional off -site parking.
1.09 WASTE REMOVAL
A. Provide waste removal facilities and services as required to maintain th4sbSclean 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 store -site, prgyide suitable
non-combustible containers; locate containers holding fI a�e riaterial dc+the structure
unless otherwise approved by the authoritiellhQving juri c r�•/ P
D. Open free -fall chutes are not permitted. �er,ate closed utes int priate containers
with lids. .`
1.10 PROJECT IDENTIFICATION V
A. Provide project identification si sign,an c Structio taile by Architect.
B. Erect on site at location esta �by Arch
C. Project Identification Sig : G
1. One painted sig pare f botto t above o d.
2. Content:
a. Project ti , logo an of ivn s indicat ontract Documents.
b. Names an titles rities.
c. Names and titl rchitect/n' er.
d. Name of P?, tractor( V
3. Graphic Desigl�, Cc)ors, S oteri ated by Architect/Engineer.
D. Sign Materials: v
1. Struc ure and firamin" lew woo turally adequate.
2. Sign es: Ext ade I 'th medium density overlay, minimum 3/4-inch
thick, dard I es to ini a joints.
3. and Pri �terior q i , two coats; sign background of color as selected.
4 Leithring- E n quality paint, contrasting colors as selected.
E. Inst tion:
Install ro��ct identification signs within 15 days after date fixed b Notice to Proceed.
p J g Y Y
` Erect at location directed by the Architect.
3. Erect supports and framing on secure foundation, rigidly braced and framed to resist wind
VVV 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
Rock Street Annex 01 5000 - 2 11/29/2023
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
END OF SECTION n.
O �
Pv
G
P
� � o
� o �
0 0 �
G CO
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 5000 - 3
Temporary Facilities and
Controls
11 /29/2023
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. n.
E. Substitution limitations.
F. Procedures for Owner -supplied products.
G. Maintenance materials, including extra materials, spare parts, tools, an re.
1.02 REFERENCE STANDARDS
A. NFPA 70 - National Electrical Code Most Recent Edition Adopted orit aving
Jurisdiction, Including All Applicable Amendments and Supple
1.03 SUBMITTALS
A. Proposed Products List: Submit list of major roducts pro sed for u name of
manufacturer, trade name, and mode] ber of each woduct.
1. Submit within 15 days after d��a �X reeme
2. For products specified only by( nce sti a is, list a le reference standards.
B. Product Data Submittals: SubnT*nu
identify applicable products, iW81, op
Supplement manufacture dard
t C. Shop Drawing Submis eparek�
characteristics, uti ection re
functional equipme and appli
D. Sample Submittals: Illustr ional
integral parts and attachgorent devices.
1. For selection fr m stQpdard 'ni
manufacturer' to and o
&ed dqa. Mark each copy to
ranties other data.
o this Project.
i to utility and electrical
atili outlets for service for
v
estheticteristics of the product, with
hate sa submittals for interfacing work.
bmit s es of the full range of the
SAJ terns.
PART 2 PRODUCTS ✓✓
2.01 EXISTING PR
A. Do not use erialsZi ipm e�AQ from existing premises unless specifically
requ' of per mitteontract ocents.
B. i in aterials quipment indicated to be removed, but not to be re -used, relocated,
rein led, delive to the Owner, or otherwise indicated as to remain the property of the
♦ weer, become, the property of the Contractor; remove from site.
eused Products: 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
Rock Street Annex 01 6000 - 1 11/29/2023
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 productreeting
those standards or description.
B. Products Specified by Naming One or More Manufacturers: Use a product of o
manufacturers named and meeting specifications, no options or substitutions
C. Products Specified by Naming One or More Manufacturers with a Providli� bstitutions:
Submit a request for substitution for any manufacturer not named. c ✓5
2.04 MAINTENANCE MATERIALS
A. Furnish extra materials, spare parts, tools, and software of types n i quanil es specified in
individual specification sections. /� O �S
B. Deliver to Project site; obtain receipt prior to ayme
2.05 WARRANTY
A. For all products, where no specific (I warranty eriord ha identified, provide no
less than manufacturer's standard y for pr�t line for �i r grade specified.
PART 3 EXECUTION ♦ O
3.01 SUBSTITUTION LIMITATIONS `
v
A. See Section 01 2500 - Ssution Pr S.
3.02 OWNER -SUPPLIED P
A. Owner's Resp onsi
1. Arrange for an deliver reviet,,d s p drawiroduct data, and samples, to
Contractor.
2. Arrange and pa
p4o uct de site.
3. On delivery, in(peci odu t With C tr.
4. Submit claims nspo amag place damaged, defective, or deficient
items.
5. Arran er athufactu ' warri spections, and service.
B. Contractoresponsi il' `
1. ..w Owner vi ed sho dra ings, product data, and samples. Notify Owner and
^Arc itect im ly if supplie roduct affects installed final work.
2` 'Fceive oad products at site; inspect for completeness or damage jointly with
caner.
♦ Handle, st e, install and finish products.
4. Repair or replace items damaged after receipt.
3.0 % RANSPORTATION 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
Rock Street Annex 01 6000 - 2 11/29/2023
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 delivery rding to
installation schedule and placed convenient to work area in order to minimize due to
excessive materials handling and misapplication. See Section 01 7419.
B. Store and protect products in accordance with manufacturers' instruction
C. Store with seals and labels intact and legible.
D. Store sensitive products in weathertight, climate -controlled enclo i an environment
favorable to product.
E. For exterior storage of fabricated products, Jkce on slop Qks abo rr and.
F. Provide off -site storage and protection when a does no rmit on-s' age or protection.
G. Protect products from damage or deter n due to cyMstruction ons, weather,
precipitation, humidity, temperature 1 ht and violet light ust, and other
contaminants.
H. Comply with manufacturer's w n conditi any.
I. Cover products subject to ration with "moperviou cove vide ventilation to
prevent condensation an a radation*S1 products.
J. Store loose granul ri1 t�ia o � su ell rai area. Prevent mixing with
foreign matter.
K. Prevent contact with ateri ay ca aq0W
sion, ration, or staining.
L. Provide equipment and nel to st e r ducts bi�Hods to prevent soiling,
disfigurement, or damag� "'
M. Arrange storage of prodts to a ces &� ection. Periodically inspect to verify
products are damaged and ar aintainedL't;eptable condition.
END CTION
V
- � CjN
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 6000 - 3
Product Requirements
11 /29/2023
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. n
E. Surveying for laying out the work. V
F. Cleaning and protection. 0
G. Closeout procedures, including Contractor's Correction Punch List, excent
procedures.
1.02 REFERENCE STANDARDS
A. NFPA 241 - Standard for Safeguarding Construction, Alteratio emoli ' Operations
2022, with Errata (2021).
1.03 SUBMITTALS
A. See Section 01 3000 - Administrative,, ire ents, forvubmittal res.
B. Survey work: Submit name, addre telephcg~umber of or before starting survey
work.
1.
On request, submit docui
2.
Submit a copy of site dr_(
locations of the wor
3.
Submit surveys a
C. Cutting and Patch mit
1.
Structural inte ity o any
2.
Integrity of wea her expo!
3.
Efficiency, mainten
4.
Visual qualitie s;Ue.
5.
Work of Own for sloara
n
rtiey krk.
, Nitlevations and
,m,
I log o e perojejNIM.i e reque ce offing
t of ro ��►►
r mois a resistant nt.
r safety operati� ement.
)ose ents.
;'� tor.
alteration that affects:
1.04 QUALIFICATION
A. For survey' o mplo d su gistered in the State of Arkansas and acceptable
to Architec mit evi�ce of sggve rors and Omissions insurance coverage in the
foroofexplos
yl surancertificate. Empl�7j only individual(s) trained and experienced in
coand rec i g accurate data elevant to ongoing construction activities.
1.05 PRO ND�O S
A.Z�ee5ntilate
e iv s is not permitted.
•
enclosed 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
Rock Street Annex 01 7000 - 1 11/29/2023
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 defe ork
and work not in accordance with Contract Documents, to minimize disruption of
activities. _♦
PART 2 PRODUCTS
2.01 PATCHING MATERIALS
A. New Materials: As specified in product sections; match existing pr is and work for patching
and extending work.
B. Type and Quality of Existing Products: Determine by inspecti testin �cts where
necessary, referring to existing work as a st .
C. Product Substitution: For any proposed chaln�ekin mated submit r for substitution
described in Section 01 6000 - Product uirements.
PART 3 EXECUTION
3.01 EXAMINATION ^ V
A. Verify that existing site condition vnd sub urfacA� cceptaqor subsequent work.
01
Start of work means acceptanGdof exis g dition `` ',�`�` jj''
B. Verify that existing sub tr tNis capa s ructur ort or ent of new work being
applied or attache
C. Examine and verify peci is co de ri in indivi cification sections.
D. Take field measurements b o onfirm' roduct order beginning fabrication, to minimize
waste due to over-orderi isfabric io
E. Verify that utility se ice av ' b�f the co aracteristics, and in the correct
locations.
F. Prior to Cutti E)mine ex' tin onditio pri to commencing work, including elements
subject to r TV o% moveflduri and patching. After uncovering existing work,
assess co ns affecti or I��rk. Beginning of cutting or patching means
9 g 9 p g
acce nV of existi tions.riN
3.02 PREP A I N
A. Cle ubstra ces prior to applying next material or substance.
4B. bpal cracks or enings of substrate prior to applying next material or substance.
40j'R 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
Rock Street Annex 01 7000 - 2 11/29/2023
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 referenc i is
during construction.
D. Promptly report to Architect the loss or destruction of any reference point or re,_Ip f i n required
because of changes in grades or other reasons.
E. Replace dislocated survey control points based on original survey contr a 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 ntation similar
appropriate means:
1. Site improvements including pavementes fofill an it placement;
utility locations, slopes, and invert a va ns.
2. Grid or axis for structures. .`
3. Building foundation, column lopa ions, and d floor ele>ra�Fp
H. Periodically verify layouts by sarr ns. . G
I. Maintain a complete and accrrate log of c tid su rk as it resses.
3.05 GENERAL INSTALLATION QUIREME 6
IN
A. Install products as sp i d in indiv- I ctio s, �Qrdance t manufacturer's
instructions and r datio so a o waste e t necessity for replacement.
B. Make vertical elem is plumbyrizo I e ents le ess otherwise indicated.
C. Install equipment and fittin b and neatly li L�'with adjacent vertical and
horizontal lines, unle se ind'
D. Make consistent toYnsetw,
n surf se m nsitions, unless otherwise indicated.
E. Make neat tra sitioen Brent surfacc aintaining texture and appearance.
3.06 ALTERATION 1%
A. Drawings s in existi str ilities are based on casual field observation and
g � g u r*a
exist' record docu nly.
1. erify that c tion and ut arrangements are as indicated.
2iReport di ncies to Architect before disturbing existing installation.
eginnin terations work constitutes acceptance of existing conditions.
move existing 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
Rock Street Annex 01 7000 - 3 11/29/2023
Roof Replacement
3.07
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 a ready
for service.
a. Disable existing systems only to make switchovers and connections; mi iz
duration of outages.
b. Provide temporary connections as required to maintain existing s n service.
4. Verify that abandoned services serve only abandoned facilities.
5. Remove abandoned pipe, ducts, conduits, and equipment , includin t se above
accessible ceilings; remove back to source of supply where p ible, otherwise cap stub
and tag with identification; patch holes left by removal using pia Is speed for new
construction. j
Protect existing work to remain.
1. Prevent movement of structure; provid ng an
2. Perform cutting to accomplish remo als atly and as ei
3. Repair adjacent construction s damaged during
Adapt existing work to fit new work: as near Smoot:
Patching: Where the existing s a is n c ed to b
surface finish that existed pri r /opting. the s 5
patch so that the substrat TWdy for t finish
Refinish existing surf,
1. Where room
to remain to t
finishes. IN
2. If mechanical or
refinish to matcl
new work.
on as possible.
Xatch to match the
i o be refinished,
sfl'all visible existing surfaces
neat transition to adjacent
during the work, re-cover and
m alterations areas and dispose of off -site;
before demolition is complete.
e Alterations article above for additional requirements.
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
City of Fayetteville
Rock Street Annex
Roof Replacement
01 7000 - 4
Execution and Closeout
Requirements
11 /29/2023
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 DocumbQts.
H. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through s es.
I. At penetrations of fire rated walls, partitions, ceiling, or floor construction, comseal voids
with fire rated material in accordance with Section 07 8400, to full thickness IKge)cenetrated
element.
J. Patching:
1. Finish patched surfaces to match finish that existed prior to pOn continuous
surfaces, refinish to nearest intersection or natural break. F �Spst&,refinish entire
unit. O
2. Match color, texture, and appearance.,
3. Repair patched surfaces that are damagpd, lifted, d, or sh other
imperfections due to patching work. f defects are due condi ' ubstrate, repair
substrate prior to repairing finial?,
3.08 PROGRESS CLEANING
A. Maintain areas free of waste m s, debrik,n �rubbis tain 'te in a clean and orderly
condition.
B. Remove debris and rubb' pipe s plenu ttics, c I es, and other closed
or remote spaces, pno losing e ace.
C. Broom and vacuu interio rr s prior f surf inis ing, and continue cleaning
to eliminate dust..►►'
D. Collect and remove waste s, de nd trash/ from site periodically and
dispose off -site; do not b bury.
3.09 PROTECTION OF INS LL O
A. Protect installed wor m dam constri�io�✓operations.
B. Provide spe *ction vl4re specif'e i individual specification sections.
C. Provide to and r 1l r installed products. Control activity in immediate
work ea p event.
D. P d I otective�(ovr rings at wal , rojections, jambs, sills, and soffits of openings.
E. Prot finishlo4rs, stairs, and other surfaces from traffic, dirt, wear, damage, or movement
6fh avy object by protecting with durable sheet materials.
ohibit traffic or 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
Rock Street Annex 01 7000 - 5 11/29/2023
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 drair
drainage systems. nv
G. Clean site; sweep paved areas, rake clean landscaped surfaces.
H. Remove waste, surplus materials, trash/rubbish, and construction facilitill5i fthe 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 autho&ine
B. Accompany Project Coordinator on prelimin inspectio it t be 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 rcect's Su t I Completion
inspection. � _ )
D. Submit written certification conte(nlAyy Contra r' r✓orrect'pq
Wch L' t, that Contract
Documents have been reviev(2d, work has a ns a that w is complete in
accordance with Contract uments a r y for A 1, s S s 'Completion
inspection.
E. Conduct Substant' C le ion ' e n a r Final rre on Punch List containing
Architect's and Co co sive ms ide fi to be completed or corrected
and submit to Archit ct.
F. Correct items of work list al Cor Punc i d comply with requirements for
access to Owner-oc i eas.
G. Notify Architect wh w k is c s fina to and ready for Architect's Substantial
Completion final inspe ion.
H. Complete i e VAork det�ned by ect listed in executed Certificate of Substantial
Completio n each ' s com ve each item initialled by Project Superintendent
and dated comInclu in tect closeout documentation.
E F SECTION
P
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 7000 - 6
Execution and Closeout
Requirements
11 /29/2023
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. n.
1.02 SUBMITTALS �J
A. Close Out Document Manuals: All information to be scanned to digital for submitted to
Architect. Retain all hard copies for one complete set for the Owner. S� plete sets of
the following:
1. Project Completion Documents:
2. Project Record Documents: -+
3. Operation and Maintenance Manuals: O B. Final Application for Payment: Submit fully uted A
PART 2 PRODUCTS - NOT USED (v/'
PART 3 EXECUTION •
3.01 PROJECT COMPLETION DOCUMEN `
A. Project Directory: Include list o ntracinrr, Ar , En 6iners, Subcontractor
and prime material suppliers. o inclui� invo aryct name, phone
number, mailing address ail addr ss v%\B. Waiver of Liens: Provi II trad a prime] supp
C. Warranties: Sub tract o to lati r'lrAty, ma ct er's warranties and
warranties for equi ent or co nt p s equipme panty begins on the date of
I�Q
acceptance
1. Submit for contract t II ti n �1ty, ma f rer's warranties and warranties f r
equipment or cpmp t parts ment.
2. Warranties be 'n o the D stanti letion, unless delayed or specifically
excluded.
3. For itenMWork for w ich ceptan is layed beyond the Date of Substantial
Com A listin of a� a is the beginning of the warranty period.
4. Verify ocume r in 9w contain full information, and are notorized.
5. 11u1lf original h in o era and maintenance manuals, indexed separately on
of Co
D. Cte of tial Completion: Provide fully executed form with punch list attached.
JE. ontractors Pu ch List: Provide completed list of items requiring completion or correction.
clude any attachments for revisions provided by Architect and/or Engineer. Punch list should
be noted that all items were corrected and completed with trade responsible identified.
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
Rock Street Annex 01 7800 - 1 11/29/2023
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 actualkoducts
installed, including the following: V'im++
1. Manufacturer's name and product model and number. V 2. Product substitutions or alternates utilized.
3. Changes made by Addenda, Change Orders and other modificatio
C. Addenda: Insure all addenda items have been includes and posted to r or documents.
D. Change Orders: Include all executed Change Orders, Allowance ses and other
modifications to the contract. r_
E. Submittals, Shop Drawings, Product Data and Samples:
021. Shop Drawings: Include records of ma4lnfacturer's ' s afora �, installation
and adjusting. RF,
. Product Data: Include list of all products bnd model nu ber pro3. Samples: Include material samples ofall sel to interior finishes. amples to include
label indicating manufacturer, product mod�ber, color, fVsh and other identifying
elements. Full color photographs�are ac� le for larg�amples.
F. Test Reports and Special In ions: lu
G. Maintain on site a com I �IyTof reco o uments; e, act �T6ns to the Work:
H. Ensure entries are co p nd a en i r ere y Owner.
I. Store record docuOW190para docu sed for o truction.
J. Record information loncurr t � const tion ro res
e� � 4 i
3.03 OPERATION AND MAINTEMO"115 MANUALVENE
A. Source Data: Fore ch lbduct t , list njWhoaddresses and telephone numbers of
Subcontractors and iers, ' c local of supplies and replacement parts.
B. Product Dat ark each sh et t learly i nti specific products and component parts, and
data appli i�tallati lete.i able information.
C. Drawings: %Xplement ct d o ilSt to relations of component parts of equipment and
syst a show cond flow iag ms. Do not use Project Record Documents as
ei cedra
D. Typ ext: fired to supplement product data. Provide logical sequence of instructions
r e ch proce re, incorporating manufacturer's instructions.
3. TION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES
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
Rock Street Annex 01 7800 - 2 11/29/2023
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 stan KaOn
ed
instructions, have instructions prepared by personnel experienced in the and
maintenance of the specific products.
D. Panelboard Circuit Directories: Provide electrical service charactegstiics, trols, and
communications; typed. E. Operating Procedures: Include start-up, break-in, and routine norms operati nstructions
and sequences. Include regulation, control, topping, shut-dovy�and eme e y instructions.
Include summer, winter, and any special op r instr tions
F. Maintenance Requirements: Include rou 'ne ocedures an guide entative
maintenance and trouble shooting; y�iS bly, repairAand reass b instructions; and
alignment, adjusting, balancing, an eking ins ons.
G. Provide servicing and lubricatio ule, - f lubricar s i quired.
H. Include manufacturer's print ation akvintenauctign66
I. Include sequence of oper i Ziy cont r rr nufact r.`` `
J. Provide original manu c r 's pa ?Ilustr e ly ngs, and diagrams
required for maint
K. Additional Require nts: As ied in ivi al prod ification sections.
3.06 CLOSE OUT DOCUMENT M S A %&
A. Provide all Close OQrra
W
ease of navigation.ge
provide file format fas
Id'n PDF files, and neatly organized for
as Table of Contents. Architect can
B. Where paper docur*pnts ar rov ded t ufacturers, scan into records and combine and
include intl1J& Copyut Do n
C. Bind"""'ercia 8-1/ byinch three D side ring binders with durable plastic
co s nch maxim ing size.�p(n multiple binders are used, correlate data into related
c n .S gro i
D. Cov Identi a binder with typed or printed title OPERATION AND MAINTENANCE
• TRUCTION ; identify title of Project; identify subject matter of contents.
`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
Rock Street Annex 01 7800 - 3 11/29/2023
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 spar
insertion of data.
K. Table of Contents: Provide title of Project; names, addresses, and teleph rn ers of
Architect , Consultants, and Contractor with name of responsible partie le of products
and systems, indexed to content of the volume.
L. Arrange digital PDF copies of documents in similar fashion using fi rs. Name file type
with simple explanation of contents using shortest file names typ p ible. vide digital files
on flash USB drives.
M. Provide owner training videos saved electro and tr in U es. Provide sign -
in sheets for all attendees for Owner Training essions an nclude in uts.
END ACTION
6\1'.�' p G
� '`� ��' •
G
'Q � 'Q
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
01 7800 - 4
CLOSEOUT SUBMITTALS
11 /29/2023
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, protecti iers,
and waste removal. D'
C. Section 01 7000 - Execution and Closeout Requirements: Project conditio i tion of
bench marks, survey control points, and existing construction to remain; tion of
removed products; temporary bracing and shoring.
1.03 REFERENCE STANDARDS ✓
A. 29 CFR 1926 - Safety and Health Regulations for Construction C Editio
B. NFPA 241 - Standard for Safeguarding Construction, All 'oil Demo' operations
2022, with Errata (2021). V•/ o'
PART 2 PRODUCTS P v
PART 3 EXECUTION • 40,
3.01 GENERAL PROCEDURES AND PRO��?♦" .OND*6 A. Comply with applicable codes at gulati \1g®rr emoliti ation and safety of adjacent
structures and the public.
1. Obtain required permit v `�J'
2. Take precautionsjo rent ca s is or Iled c of structures to be
removed; do t II or lic hi o r e otential collapse of
unstable stru �
3. Provide erect nd mail m or balliiers and devices.
P Y
4. Conduct operations to i mize e n and int ce with adjacent structures and
occupants.
5. Do not close o ob t road�y iss r sidew thout permit.
6. Conduct op
era to minimi{�p struc� ublic and private entrances and exits; do
not obstruct required exits at qny time, pro persons using entrances and exits from
remo al op Aons.
7. Obtai n perrrrsi * from adjacent properties when demolition equipment
ill tr e, infra' e4on or emit ess to their property.
B. D ill
removal uptil receipt ification to proceed from Owner.
I*
C. P of existi tructures and other elements that are not to be removed.
rovide b cing and shoring.
Prevent m vement or settlement of adjacent structures.
3. Stop work immediately if adjacent structures appear to be in danger.
3.0XISTING 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.
FAYONC22.00 Demolition
City of Fayetteville
Rock Street Annex 02 4100 - 1 11/29/2023
Roof Replacement
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 foundations of
disconnected and abandoned utilities.
3.03 SELECTIVE DEMOLITION FOR ALTERATIONS
A. Drawings showing existing construction and utilities are based on casual field obse and
existing record documents only. n
1. Verify that construction and utility arrangements are as indicated. �J
2. Report discrepancies to Architect before disturbing existing installatift13
3. Beginning of demolition work constitutes acceptance of existing cone ii s that would be
apparent upon examination prior to starting demolition.
B. Maintain weatherproof exterior building enclosure except for inter M` req fired for
replacement or modifications; take care to prevent water and h dam<ae,,
C. Protect existing work to remain.
1. Prevent movement of structure; provide�fing an g if nec.
2. Perform cutting to accomplish remo als fatly and as ecifie 6�ti'ny, new work.
3. Repair adjacent construction i s damage
during r work.
4. Patch as specified for patchin work.
3.04 DEBRIS AND WASTE REMOVAL • O G
A. Remove debris, junk, and tra, site.
B. Leave site in clean condi ' n, eady f;b3i
quent k.
C. Clean up spillage nd iw om►pri to
9
OF S
V"
V
p O
Ci o �
Ci
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
02 4100 - 2
Demolition
11 /29/2023
SECTION 05 5000
METAL FABRICATIONS
PART1 GENERAL
1.01 SECTION INCLUDES
A. Shop fabricated steel items.
1.02 REFERENCE STANDARDS
A. ASTM F3125/F3125M - Standard Specification for High Strength Structural Bolts and
Assemblies, Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150
Minimum Tensile Strength, and Metric Dimensions 830 MPa and 1040 MPa Mini nsile
Strength 2022.
B. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive ation 2020.
C. IAS AC172 -Accreditation Criteria for Fabricator Inspection Programs f r ctural Steel
AC172 2019.
D. SSPC-SP 2 - Hand Tool Cleaning 2018.
1.03 SUBMITTALS
A. See Section 01 3000 - Administrative Requi nts, for proce
B. Shop Drawings: Indicate profiles, sizes, on ction attach nts, rei anchorage, size
and type of fasteners, and accessories. de erectigpt drawings, ations, and details
where applicable.
1. Indicate welded connections in standa A2.4 I symbols. Indicate net
weld lengths. •
C. Welders' Certificates: Submi gicatio Iders a II d on4h p ect, verifying AWS
p
qualification within the r 1 2 mo
D. Fabricator's Qualificat' nemen tide c io sho steel fabricator is
accredited under I 2. ��
1.04 QUALITY ASSURANC k Q�
A. Design under c upervi a Prof s lTdl Structural Engineer experienced
in design of this wor li sed in to of��Iat
S.
fa B. Fabricator Qualifica ns A qu i el ri is accredited by IAS AC172.
PART 2 PRODUCTS
2.01 MATERIALS -
A. Steel Secti ASTM A 36M.
B. Bolt and W 1 r .. ASTM 1 /F3125M, Type 1, plain.
C. I in at ' s. S D1.1/D1.1M; type required for materials being welded.
D. ho and Tou - p Primer: SSPC-Paint 15, complying with VOC limitations of authorities
• ving jurisdicti
24PRICATION
Fit and shop assemble items in largest practical sections, for delivery to site.
B. Fabricate items with joints tightly fitted and secured.
C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt
tight, flush, and hairline. Ease exposed edges to small uniform radius.
D. Supply components required for anchorage of fabrications. Fabricate anchors and related
components of same material and finish as fabrication, except where specifically noted
otherwise.
2.03 FABRICATED ITEMS
FAYONC22.00 Metal Fabrications
City of Fayetteville
Rock Street Annex 05 5000 - 1 11/29/2023
Roof Replacement
A. Ledge Angles, Shelf Angles, Channels, and Plates Not Attached to Structural Framing: For
support of metal decking; prime paint finish.
2.04 FINISHES -STEEL
A. Prime paint steel items.
1. Exceptions: Do not prime surfaces in direct contact with concrete, where field welding is
required, and items to be covered with sprayed fireproofing.
B. Prepare surfaces to be primed in accordance with SSPC-SP2.
C. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing.
D. Prime Painting: One coat.
2.05 FABRICATION TOLERANCES
A. Squareness: 1/8 inch maximum difference in diagonal measurements.
B. Maximum Offset Between Faces: 1/16 inch.
C. Maximum Misalignment of Adjacent Members: 1/16 inch.
D. Maximum Bow: 1/8 inch in 48 inches.
E. Maximum Deviation From Plane: 1/16 inch ' F48'ches. O
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that field conditions are acce� nd aredy to receik.
3.02 PREPARATION `- G
A. Clean and strip primed steel ' J�'to bare► Qlhere\tbldings fired.
3.03 INSTALLATION .:1� /1
n
P�
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
05 5000 - 2
Metal Fabrications
11 /29/2023
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. n.
E. Fire retardant treated wood materials.
F. Concealed wood blocking, nailers, and supports.
1.02 REFERENCE STANDARDS
A. ASTM A153/A153M -Standard Specification for Zinc Coating (Hot i ) on ron and Steel
Hardware 2023. il
B. ASTM E2357 - Standard Test Method for Determining Air Lea ate of rier
Assemblies 2023a.
C. ASTM E84 - Standard Test Method for Surfa rning r enstics Vi ding Materials
2023c.
D. AWPA U1 - Use Category System: pecifica ' n fo Treate 2023.
E. PS 1 - Structural Plywood 2019.►
F. PS 20 - American Softwood a Stan �;�p71. �%�►�
G. SPIB (GR) - Standard Gr les 20 ��►" `�+ • a►
1.03 SUBMITTALS �K `
A. See Section 01 3 inistr equir r sub aI ocedures.
B. Product Data: Prov a technic a on o eservati rials and application
instructions.
C. Installation fastener req re ants ang.
D. Warranty: Submit manufacturerraGarrarlty an ems�[-[ethat forms have been completed in
Owner's name and registered with manufactu�✓
1.04 DELIVERY, ST E*AND H�DLING
A. General: C ood pr, t to pr a st moisture. Support stacked products to prevent
defor ati d to all ircul ion
B. Fi dant Tre ood: Pre exposure to precipitation during shipping, storage, or
i t I n.
PART 2 O CTS
2. AL REQUIREMENTS
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
Rock Street Annex 06 1000 - 1 11/29/2023
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 existin wathing
a. Thickness to match existing roof deck boards 1.0 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 ture
absorption from exposure to weather f to 500
7. Provide fastening guide on top panel s with s r markin icating fastener
spacing for 16 inches and 24 inch e on nter, res ec ely.
8. Warranty: Manufacturer's sta ime limited�warrant i t manufacturing defects
Y Y 9
and that panels will not delam' requir s ding due sture absorption damage
from exposure to weather f the. t riod. G
9. Manufacturers:
a. Huber Engineere s, LL Tech ing: WVberwood.com/#sle.
b. Substitutions: a ection - Prod t equireV,
B. Other Applications-
1 . Plywood Con rom ut Lo i in Ex t Enclosure: PS 1, C-C
Plugged or be r, Exteri e.
2. Plywood Exposed to t Not sed to W Z PS 1, A-D, or better.
3. Other Locations: P�"1� -D Plu d r better �►
2.04 ACCESSORIES
A. Fasteners and Ancho .. Use f n s ro suitab�� er attachment to substrates and
P
contain west ec$coating ppr ed for u e where exposed. Fasteners in treated lumber are
required t aigY� corr esisto mpatible with chemical treatment and be
approved f r e b wo fa
pp Y
1. to nd Finis -dippe gaited
ized steel complying with ASTM Al53/A153M for
humidit reservativ wood locations, unfinished steel elsewhere.
2. D all ugle head, hardened steel, power driven type, length three times
ickness s eathing.
I Flashing: A specified in Section 07 6200.
TORY WOOD TREATMENT
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
Rock Street Annex
Roof Replacement
06 1000 - 2
Rough Carpentry
11 /29/2023
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 tNwood
may become wet. V C. Preservative Treatment:
1. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1 egory
UC313, Commodity Specification A using waterborne preservative.
a. Kiln dry lumber after treatment to maximum moisture content rcent.
b. Treat lumber in contact with roofing, flashing, or waterproof
c. Treat lumber in contact with masonry or concrete.
PART 3 EXECUTION G
3.01 PREPARATION A. Coordinate installation of rough carpentry m Fs speiq�
other s.
3.02 INSTALLATION -GENERAL ��
A. Select material sizes to minimize wit
B. Reuse scrap to the greatest extlntQo ible�cl eparate cr p for use on site as accessory
components, including: shim cMg, an ' g. '
C. Where treated wood is us terior, temp until ��j' ig and immediately
after installation sufficie move in�►ir con ts.
3.03 BLOCKING, NAILER P Ste+
A. Provide framing an locking rs a$nd to or as i d to support finishes, fixtures,
specialty items, and rim.
B. At building construction & type II re r to co w statements on drawings, use fire -
retardant treated wood wh r c r ngs indi a use of wood for blocking, nailers or
furring at the following lolation V
1. Exterior walls that are clas a with fire r� ance rating.
2. Interior *tance r ed parti ion
3.04 ROOF-RELAT PENS• i
A. Coor aft nstallatiori of offing rpe tr with deck construction, framing of roof openings,
a i g asse ly installation.
3.05 INST L TION NSTRUCTION PANELS
,4.r0o Sheathing Secure panels with long dimension perpendicular to framing members, with
`ds staggered 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
Rock Street Annex 06 1000 - 3 11/29/2023
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 n-
O �
Pv
G
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
06 1000 - 4
Rough Carpentry
11 /29/2023
SECTION 07 0150.19
PREPARATION FOR RE -ROOFING
PART1 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.
C. Temporary roofing protection.
1.02 RELATED REQUIREMENTS n.
A. Section 07 5400 - Thermoplastic Membrane Roofing. V
B. Section 07 6200 - Sheet Metal Flashing and Trim: Replacement of flashin !�
counterflashings.
1.03 ADMINISTRATIVE REQUIREMENTS
A. Coordinate with affected mechanical and electrical work associate*oof enetrations.
B. Preinstallation Meeting: Convene one week before starting w is sect'
1. Attendees:
a. Architect.
b. Contractor. P V
c. Owner. •
d. Installer. (��
e. Roofing system manufactu- rer s field representative !�Pefin
2. Meeting Agenda: Provi a agenda to participants 12ri preparation for
discussions on the folio trig: y `�
a. Removal and installation sch NI `
b. Necessary preparatory work
c. ProtectiT before, during, an after it ystem tal ion.
d. Removal of existing roofir4 sys r
e. Installatiorrof new oofiog syste )
f. Temporary roo na daily t r ' tions.
g. Transition nectio with o rk.
C. Schedule work to c ci wit o cem t allation of new roofing system.
1.04 SUBMITTALS `
A. See Secti93 0� - A tive R'eq�r'2ments, for submittal procedures.
B. Product D $Submi h typrf material.
C. Sh �ings: I isize, configuration, and installation details.
D. t ri s Re airC� pany Qualification Statement.
E. st ler's Quali ication Statement.
•
1. ITY ASSURANCE
A Materials Removal Company Qualifications: Company specializing in performing work of type
specified with at least three years of documented experience.
1. Comply with removal and disposal regulations of local authorities having jurisdiction
(AHJ).
B. Installer Qualifications: 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.
FAYONC22.00 Preparation for Re -Roofing
City of Fayetteville
Rock Street Annex 07 0150.19 - 1 11/29/2023
Roof Replacement
1.07 FIELD CONDITIONS
A. Existing Roofing System: Modified bituminous roofing.
B. Do not remove existing roofing membrane when weather conditions threaten the integrity of
building contents or intended continued occupancy.
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. Verify that occupants have been evacuated from building areas when work on struc Iy,
impaired roof decking is scheduled to begin.
F. Owner will occupy building areas directly below re -roofing area.
1. Provide Owner with at least 48 hours written notice of roofing activi 'may affect
their operations and to allow them to prepare for upcoming activiti� cessary.
2. Do not disrupt Owner's operations or activities.
3. Maintain access of Owner's personnel to corridors, existing whys, and adjacent
buildings.
1.08 WARRANTY V
A. See Section 01 7800 - CLOSEOUT SUBMI for 1 warrar�iy��ju'irements.
PART 2 PRODUCTS lillbs
V
2.01 COMPONENTS S
A. Refer to following sections for ad�iit �n t infor o comp relating to this work:
1. Replacement and removal'of existing r system ' arati for entire new roofing
system, refer to Sectionfb7 5400.
2. Remove existing flashing and cou ri sings ' �larati o acement of these
materials as part f i work, r e ectio ON for requirements.
2.02 MATERIALS
A. Temporary Roofing rotection vials:
1. Contractor's responsi ' it select opriate m for temporary protection of
roofing areas as de ed nece a or this
PART 3 EXECUTION O
3.01 EXAMINATION
A. Verify that ex q Nof surf;�e has beV red of materials being removed from existing
roofing sy 1 read e t pha rk as required.
3.02 PREPAR TI
A. S p r f surfa n of loose er.
B. Re loos and dispose of properly off -site.
3.03 *M RIAL REMO L
0,!eonly existing roofing materials that can be replaced with new materials the same day.
Remove metal counter flashings.
C. Remove roofing membrane, perimeter base flashings, flashings around roof protrusions, pitch
pans and pockets.
D. Remove insulation cant strips, blocking, and other insulation accessories..
E. Remove vapor retarder.
F. Repair existing concrete deck surface to provide smooth working surface for new roof system.
3.04 INSTALLATION
FAYONC22.00 Preparation for Re -Roofing
City of Fayetteville
Rock Street Annex 07 0150.19 - 2 11/29/2023
Roof Replacement
A. Coordinate scope of this work with requirements for installation of new roofing system, refer to
Section 07 5400 for additional requirements.
3.05 PROTECTION
A. Provide protection of existing roofing system that is not having work performed on it.
B. Provide temporary protective sheeting over uncovered deck surfaces.
C. Provide for surface drainage from sheeting to existing drainage facilities.
D. Do not permit traffic over unprotected or repaired deck surface.
3.06 SCHEDULES
A. Entire Roofing Area: Remove existing base flashings, counter flashings, vent st shings,
roofing membrane, insulation, vapor retarder, and /or as noted in the drawi�
END OF SECTION
G
O �
Pv
G
P
� � o
� o �
0 0 �
G �
a Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
07 0150.19 - 3
Preparation for Re -Roofing
11 /29/2023
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. n
1.02 RELATED REQUIREMENTS '
A. Section 07 0150.19 - Preparation for Re -Roofing.
B. Section 07 6200 - Sheet Metal Flashing and Trim.
C. Section 08 4523 - Fiberglass -Sandwich -Panel Assemblies.
1.03 REFERENCE STANDARDS
A. ASCE 7 - Minimum Design Loads and Associated Criteria for s and Structures
Most Recent Edition Cited by Referring Codf feren to rd.
B. ASTM C1177/C1177M - Standard Specificati?i<e
or Glass t Gypsu trate for Use as
Sheathing 2017. 4*
C. ASTM C1289 - Standard Specificat aced Fib Cellular cyanurate Thermal
Insulation Board 2023a. (�``
D. ASTM C1396/C1396M - Stan ecifi ` Gy u d 20
E. ASTM D6878/D6878M - S Speci�� for T astir n-Based Sheet
Roofing 2021. ^ v
F. ASTM E1980 - Standard �ractic �ula ' fIe nc dex of Horizontal and
Low -Sloped Opaque Surfaces 20�eappr 19).
V"
G. FM (AG) - FM Approval Gui ent Ed n.
H. FM IDS 1-28 - Wind Desi 15, with it ial Revi i022).
I. NRCA (RM) - The NRCA� ofin u 1 2023.
J. NRCA (WM) - The NA4RA Wat e g Man
�1.
K. UL (FRD) - F eaistancerect ry Cur Edition.
1.04 ADMINISTRA QUIR SITS
A. Prei Il;hon Meetir4r vene neNek before starting work of this section.
1. w prep atiox� and instal n procedures and coordinatingand scheduling required
9
�w rela v k.
1.05 S 1 ALS
40iNee Section 01 3000 - Administrative Requirements, for submittal procedures.
Product Data: Provide manufacturer's catalog data for membrane materials including flashing
VV materials, insulation, fasteners, and adhesives.
C. Shop Drawings: Submit drawings that indicate joint or termination detail conditions, conditions
of interface with other 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.
FAYONC22.00 Thermoplastic Membrane
Roofing
City of Fayetteville
Rock Street Annex 07 5400 - 1 11/29/2023
Roof Replacement
F. Installer's Qualification Statement.
G. Manufacturer's Installation Instructions: Indicate membrane seaming precautions and
perimeter conditions.
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 wner's
name and registered with manufacturer. Provide letter from manufacturer indicating i nt to
warrant the roofing system.
1.06 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the ci(s specified in
this section with minimum three years of documented experience.
B. Installer Qualifications: Company specializing in performing the w rk f t section with at
least three years of documented experience and approved by man er.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in manufacturer's original tainers, d%static
mag , i seals and
labels intact.
B. Store materials in weather protected V nv on nt, cleaVisture.
C. Ensure storage and staging of mate% es not seenamic load -bearing
capacities of roof decking.`1``
D. Protect foam insulation from d' posu light �%�►v
1.08 FIELD CONDITIONS -K N � • a►
A. Do not apply roofing m e duri imitable `
B. Do not apply roofi rane mF Or fr surf or en precipitation is
expected or occurr � � �►
C. Do not expose materials vu to wat or sun da quantities greater than can be
weatherproofed the sam O
D. Schedule applicatio s s t no re comple cvtions of roof are left exposed at end of
workday.
1.09 WARRANTY
A. See Secti ` 7 0� - C UT $ TALS, for additional warranty requirements.
B. Manufactu Warra
1. rial Warr rovide sl source manufacturer's No Dollar Limit (NDL) warranty
f eatherti t S of roofingsystem, include agreement to repair and/or replace roofing
Y 9 P P 9
110at fails out water within specified warranty period of 20 years from date of
ubstanti Completion.
•` Warranty coverage to include roofing membrane, base flashings, liquid applied flashing,
roofing membrane accessories, roof insulation, fasteners, cover board, walkway products,
manufacturer's expansion joints, edge metal products, parapet caps, and other single -
source components of roofing system marketed by the manufacturer.
C. Installer's Warranty: Provide warranty in which installer agrees to repair and replace
components of the roofing system that fail in materials or workmanship within 2 years from the
date of Substantial Completion.
1. Warranty coverage to include work of the Section, including all components of roofing
system such as membrane, base flashing, roof insulation, fasteners, cover boards,
substrate boards, vapor retarders and walkway products.
FAYONC22.00 Thermoplastic Membrane
Roofing
City of Fayetteville
Rock Street Annex 07 5400 - 2 11/29/2023
Roof Replacement
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Thermoplastic Polyolefin (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. nV
3. GAF: www.gaf.com/#sle.
4. Owens Corning Corporation: www.ocbuildingspec.com/#sle.
5. Substitutions: See Section 01 6000 - Product Requirements.
2.02 ROOFING SYSTEM DESCRIPTION
A. Thermoplastic Membrane Roofing: One ply membrane, fully adh ver inflation.
B. Roofing System Requirements:
1. Warranty: Full system warranty coveri mbran r ulatio membrane
accessories.
2. Solar Reflectance Index (SRI): 1 ini um, calcualated in ac ace with ASTM E1980.
a. Field applied coating ma used t chieve spe 'fi I.
3. Roof Covering External Fire si nce CI fi tion: �D) Class A.
4. Factory Mutual Classificati ass 1 r�ndstor nce 6ffll-90, in accordance
with FM IDS 1-28. 5. Wind resistance: Ro ' stem4%stNt
succ est alified testing
agency following I M 4474 t he uplift s calculated by the
American So iet of Ci 'I En 1(AS nd fte ul ng the results with a
safety factor r%nined bgn pro s1� 1), but bly uplift pressures shall be
not less than lbs. / sq.
6. Insulation Thermal Resist a (R-V : 3 per in imum.
C. Roofing System Components: Liste r from.*e tq of the roof down:
1. Membrane: Acknesses as sped d, fully ed.
2. Coverboard Onsulation: FAiy adhe
3. Insulati Mechanical1 attached.
4. Struc
2.03 MEMBRANE ING AN OC ERIALS
A. Me�Roofin to als:
1 TR,p: Ther p is polyolefin PO) complying with ASTM D6878/D6878M, sheet
Vntains inforcing fabrics or scrims.
'.NZ>a. Thick\ess: 60 mil, 0.060 inch, minimum.
exible Flashing Material: Same material as membrane.
Water Pervious Fabric: Woven polyethylene, UV stabilized, open to moisture movement,
black.
2.04 DECK SHEATHING COVERBOARD
A. Deck Sheathing & Coverboard : Glass -mat faced gypsum panels complying with ASTM
C1177/C1177M.
1. Thickness: 5/8 inch, Type X, fire resistant.
2. Manufacturers:
FAYONC22.00 Thermoplastic Membrane
Roofing
City of Fayetteville
Rock Street Annex 07 5400 - 3 11/29/2023
Roof Replacement
Georgia-Pacific; DensDeck Prime with EON IC Technology:
www.densdeck.com/#sle.
2.05 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 1 - 16 psi (110 kPa), M.
3) Thermal Resistance, R-value: At 1-1/2 inch thick; Class 1, Grades 1 - - 8.4
(1.48) at 75 degrees F. J•
2. Board Size: 48 by 96 inch.
3. Board Thickness: 1.0 inch. minimum. Provide 2 layers of insulation I insulation
thickness of 2.0 inches.
4. Tapered Board: Slope as indicated; minimum thickness 0.5 ipph� fabricate of fewest
layers possible. G 2.06 ACCESSORIES
A. Stack Boots: Prefabricated flexible boot an ar for pi Dthrou rane; same
material as membrane.
B. Sheet Metal Flashings: See Section D7.Q0.
C. Insulation Fasteners: Appropriate f o�se intQrdkid and ap by roofing manufacturer.
1. Length as required for thick insularnn-Material a etration of deck substrate,
with metal washers. ••
D. Membrane Adhesive: As r ended ilVmbran actur a►
E. Thinners and Cleaners- Comm [� y adh anufa compatible with
membrane.
F. Sealants: As reco d b ran turer.
G. Walkway Pads: Sui able forftnanceffic, contr i olor or otherwise visually
distinctive from roof menbrane.
1. Composition: firygmembra ufactur ndard.
2. Size: 18 by 1 'nc
3. Surface Color: VWite or y w. —•J
PART 3 EXECUTIO �1
3.01 EXAMINATIO
A. Verif urfaces a condi n ` ready to receive work.
B. V r k is u and secure.
C. Ved deck is and smooth, flat, free of depressions, waves, or projections, properly
ped and suit le for installation of roof system.
erify deck surfaces are dry and free of snow or ice.
Verify that roof openings, curbs, and penetrations through roof are solidly set, and cant strips
are in place.
3.02 CONCRETE DECK PREPARATION
A. Fill surface honeycomb and variations with latex filler.
B. Confirm dry deck by moisture meter with 12 percent moisture maximum.
3.03 INSTALLATION - GENERAL
FAYONC22.00 Thermoplastic Membrane
Roofing
City of Fayetteville
Rock Street Annex 07 5400 - 4 11/29/2023
Roof Replacement
A. Perform work in accordance with manufacturer's instructions, NRCA (RM), and NRCA (WM)
applicable requirements.
B. Do not apply roofing 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 be
weatherproofed the same day. V
F. Coordinate this work with installation of associated counterflashings installed bD, r sections
as the work of this section proceeds.
G. Install blocking at all locations where fastening occurs where structure iationed.
Blocking required but not limited at parapets, termination bars, and as shrf on drawings.
3.04 VAPOR RETARDER AND INSULATION APPLICATION - UNDER M NE
A. Attachment of Insulation:
1. Mechanically fasten insulation to deck in accordance fro fing man rer's
instructions and FM (AG) Factory MutualCCuirem t
B. Cover Boards: Fully adhere cover board in Yccordance wi roofin acturer's
instructions and FM (AG) Factory uirements.**
C. Lay subsequent layers of insulatio ints st�d mini inch from joints of
preceding layer.
D. Place tapered insulation to th aired sl ern i ance�wanufacturer's
instructions. V 6
E. Lay boards with edge erate withou g. Cuoai n to fit neatly to
perimeter blockin and p a ns t of.
F. At roof drains, use ctory-tap ardsJ40 s e down drains over a distance of 24
inches.
G. Install tapered insulation f drain cc rslope 1 lvice the main roof slope.
H. Do not apply more i sul i th covero membrane in same day.
3.05 MEMBRANE APPLICA
A. Roll out me free fro�wrin les gtks. Place sheet into place without stretching.
B. Shingle joitK
sloped ilfate6be
f drainage.
F A li i �llmembranein h iv x in r directly over r
C ully ha/Fed pp ca�o� u y e ad es e e cept a eas d ect y o e owghs'
ches ofpxpansion jointsy adhere one roll before proceeding to adjacent rolls.
Aam rst conform to FM Assembly requirements.
D. dges nd ends and seal seams by contact adhesive, minimum 3 inches. Seal
rmanently wa erproof.
At intersections with vertical surfaces:
1. Extend membrane over cant strips and up a minimum of 8 inches onto all vertical
surfaces.
2. At parapet and roof edge locations, extend membrane system up vertical surface, under
parapet cap to outside edge of parapet.
F. At gravel stops, extend membrane under gravel stop and to the outside face of the wall.
G. Around roof penetrations, seal flanges and flashings with flexible flashing.
H. Install roofing expansion joints where indicated. Make joints watertight.
FAYONC22.00 Thermoplastic Membrane
Roofing
City of Fayetteville
Rock Street Annex 07 5400 - 5 11/29/2023
Roof Replacement
1. Install prefabricated joint components in accordance with manufacturer's instructions.
I. Coordinate installation of roof drains and sumps and related flashings.
J. 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 Igcations to
all rooftop equipment.
3.07 FIELD QUALITY CONTROL
A. Require site attendance of roofing and insulation material manufacturers da
installation of the Work.`
3.08 CLEANING 10
A. Remove bituminous markings from finished surfaces.
B. In areas where finished surfaces are soiled by work of this sectio c uIt m ufacturer of
surfaces for cleaning advice and comply with their documente ctions.
C. Repair or replace defaced or damaged finis f used this s
3.09 PROTECTION
A. Protect installed roofing and flashin onstructiorl*operatio ryg ly remove any object(s)
that may cause damage to roofing ,(G71•
B. Where traffic must continue ov ed roof ieR'�a n e, surf ces using durable
materials.
E N D31 S TION ` •
V
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex 07 5400 - 6
Roof Replacement
Thermoplastic Membrane
Roofing
11 /29/2023
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 Pro e�W s for
High Performance Organic Coatings on Aluminum Extrusions and Panels oating
Appendix) 2022.
C. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy t and Plate 2014.
D. ASTM B209M - Standard Specification for Aluminum and Aluminurpy Sheet and Plate
(Metric) 2014.
E. ASTM D226/D226M - Standard Specification for Asphalt-S u t rgani sed in
Roofing and Waterproofing 2017 (Reappro 23).
F. ASTM D4479/D4479M - Standard Specif ati for Asphal oof Coa ' Asbestos -Free
2007 (Reapproved 2018).
G. ASTM D4586/D4586M - Standard �4 ation f�l�phalt Roo ent, Asbestos -Free 2007
(Reapproved 2018).
H. CDA A4050 - Copper in Arch' t�;4Q\e - Ha urre �j�lpri.
I. SMACNA (ASMM) - Archi SheetQy' anu
1.03 SUBMITTALS J►
;l,j
A. See Section 01 30 inistr �Requir for sub I procedures.
B. Shop Drawings: In ate m rofile, to I thickn� ting pattern, jointing details,
fastening methods, flashin t minatio d installa 1 details.
C. Samples: Submit tw s _2_b inch in strating metal finish color.
1. Color chart ca be u mitt ina a s a physical sample is submitted for
final approval
1.04 QUALITY ASSU Ct�
A. Perform w ccorda ith SM/��, MM) and CDA A4050 requirements and
standard excetherw a i`if�cated.
B. MQdumente�d
ne copy �Cn documellC�fi site.
C. F aler Qualifications: Company specializing in sheet metal work with 3 years
�cperience.
1.0 � ERY, STORAGE, AND HANDLING
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
Rock Street Annex 07 6200 - 1 11/29/2023
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; pl sh
shop pre -coated with fluoropolymer coating.
1. Fluoropolymer Coating: High Performance Organic Finish, AAMA 2604; rile coat,
thermally cured fluoropolymer finish system.
2. Color: As selected by Architect from manufacturer's standard colo�
2.03 FABRICATION
A. General: Custom fabricate sheet metal flashing and trim to comply witla mcommendations in
SMACNA's "Architectural Sheet Metal Manual" that apply to desige,Pnensi metal and
other characteristics of item indicated. Shop fabricate items w)rf2l Tactica tain field
measurements for accurate fit before shop f 'cation. vv
B. Fabricate sheet metal flashing and trim in thi Hess or wei t needed ply with
performance requirements, but not less an
at specif�d for eac ation and metal.
Is C. Form sections true to shape, accur i ze, s u. P and free f stortion or defects.
Fabricate metal flashing and tri t exce q i� oTl canni kling and tool marks, true
to line and levels indicated with ed e� oled bac m hecs.
D. Form pieces in longest possi ngths g!%Nimurr lLffret un4 s cifically approved
otherwise by Architect. Trea�seams b two di r piec t-lock seams at non-
moving joints, unless (Cherw�se indi At movims, UsWed, ed, lapped, bayonet type
or interlocking ho seams. �J
E. All exposed edgess be fold
e ith em 1/2 inch nd seam corners.
F. Fabricate corners from one iwith m 18 inc egs; seam for rigidity, seal with
sealant.
G. Sealed Joints: Forvnor}O arnovabl Trod in metal to accommodate elastomeric
sealant to comply wii1�.89�AAC eewnmen
H. Expansion P o s: Wher lapfled or bakkonef-type expansion provisions in the Work cannot
be used, f �annsion ' interWUTq tj hooked flanges, not less than 1 inch deep, filled
with elasto c sealant e t ' joints. Provide for expansion no more than in 40 feet
1
long tis.
I. ncea stenerr pansion provisions where possible on exposed -to -view sheet metal
ffllas%K and I, unless otherwise indicated.
*J. bricate cleats nd attachment devices from same material as accessory being anchored or
`tim compatible, 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
Rock Street Annex 07 6200 - 2 11/29/2023
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 LOW -SLOPE ROOF SHEET METAL FABRICATIONS
A. Manufactured Roof Edge / Gravel Stop Edge: See Section 07 7100.
B. Accessories:
1. Splice Plates: Same thickness as coping, minimum.
2. Cleats: Same thickness as coping, minimum. J
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents throu,*f are solidly set, reglets
in place, and nailing strips located. ``
B. Verify roofing termination and base flashings are in place, sea d secui
3.02 PREPARATION lip
n-
A. Install starter and edge strips, and cleats efo starting ins Ilation,�
B. Install surface mounted re lets true �n nd lev Is, and seal lets with sealant.
C. Back paint concealed metal surfa d6h prote is,
a minimum dry film
thickness of 15 mil. �`` '
3.03 INSTALLATION GENERAL � •
A. Secure flashings in place si g conce >�fa(stenersRn'use
a asteners only where
permitted. Install syst omply G ra
B. Apply plastic ceme oun en m ings an flashings.
C. Fit flashings tight in lace; rners are, surface and straight in planes, and lines
accurate to profiles. �K
D. Finishes: Touchup c�hes to finish i ith paint to match.
3.04 ROOF FLASHING INS�TIO
A. General: Ins sheet metal of shin a d\trlci tc com I with erformance 9comply prequirements,
sheet met Aturer' n inst instructions, and SMACNA's "Architectural Sheet
Metal Man rovide sled �w here possible, set units true to line, an level as
Indic d. s all wor ps, j nts seams that will be permanently watertight.
B. R Flashi Copings: or to resist uplift and outward forces according to
r ndat. G Loss Prevention Data Sheet 1-49 for specified wind zone and as
indi ed. Co ith installation requirements of roofing manufacturer regarding spacing of
•` chors below embrane flashing in field of roof.
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 Sheet Metal Flashing and Trim
City of Fayetteville
Rock Street Annex 07 6200 - 3 11/29/2023
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 MISCELLANEOUS FLASHING INSTALLATION
3.06 FIELD QUALITY CONTROL
A. Inspection will involve surveillance of work during installation to ascertain compliance th
specified requirements. n•
END OF SECTION
V
O �
Pv
G
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00 Sheet Metal Flashing and Trim
City of Fayetteville
Rock Street Annex 07 6200 - 4 11/29/2023
Roof Replacement
SECTION 07 7100
ROOF SPECIALTIES
PART 1 GENERAL V.20
1.01 SECTION INCLUDES
A. Factory manufactured roof specialties, including straight and radius copings fascias and roof
edges.
1.02 REFERENCE STANDARDS
A. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Proced r
Superior Performing Organic Coatings on Aluminum Extrusions and Panels (with' oating
Appendix) 2022.
B. ANSI/SPRI/FM 4435/ES-1 - Test Standard for Edge Systems Used with Roofing
Systems 2017.
C. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cnt, bestos-Free 2007
(Reapproved 2018).
D. NRCA (RM) - The NRCA Roofing Manual 2023. G
E. SMACNA (ASMM) - Architectural Sheet Me anual 20 O
1.03 SUBMITTALS
VN
A. See Section 01 3000 - Administrativ%R omements, foy►submittal o res.
B. Product Data: Provide data on sha6
ponmaterialsfishes, anchor types and
locations.
•
C. Shop Drawings: Indicate co iguration an ion onents,jacent construction,
required clearances and t nAs, and ffecte • v►
D. Manufacturer's Installa tructio Cate s roce teners, supporting
members, and per&e itiq,�s�e in jj%c tt tio4k
1.04 WARRANTY �(�V' v►
A. See Section 01 780 Closes bmittaI C additio *ranty requirements.
B. Manufacturer's Warranty `_ O
1. Material Warr ty: vide�a to rep /or replace components that fails to
keep out wate specs ie rrant of 20 years from date of Substantial
Completion. Warranty must be comp tibl h overall roofing system manufacturer.
2. Performance Warrant#Provide a ty to repair and/or replace components that fails to
withst 420 mph yeigd�peeds�.� ified warranty period of 20 years from date of
Subs Com
PART 2 PR S Ci
2.01 MAN F RE
A.6tra ht Copin and Roof Edges:
`�►► Architectural Products Co: www.archprod.com/#sle.
2. Metal -Era Inc: www.metalera.com/#sle.
3. Peterson Aluminum Corp; www.pac-clad.com
4. Substitutions: See Section 01 6000 - Product Requirements.
B. Radius Copings:
1. Metal Era Inc: www.metalera.com.
2. Peterson Aluminum Corp; www.pac-clad.com
3. Substitutions: See Section 01 6000- Product Requirements.
C. Pipe and Penetration Flashings:
1. Portals Plus: www.portalsplus.com/#sle.
FAYONC22.00 Roof Specialties
City of Fayetteville
Rock Street Annex 07 7100 - 1 11/29/2023
Roof Replacement
2.02 COMPONENTS
A. Roof Edge Flashings: Factory fabricated to sizes required; mitered, welded corners; concealed
fasteners.
1. Configuration: Fascia, cant, and edge securement for roof membrane.
2. Pull -Off Resistance: Tested in accordance with ANSI/SPRI/FM 4435/ES-1 using test
methods RE-1 and RE-2 to positive and negative design wind pressure as defined by
applicable local building code.
3. Material: Formed aluminum sheet, 0.050 inch thick, minimum.
4. Finish: 70 percent polyvinylidene fluoride.
5. Color: To be selected by Architect from manufacturer's standard range.
6. Manufacturers:
a. Basis of Design: Peterson Aluminum Corp; Pac-Loc Fascia 2000� ac-
clad.com
2.03 FINISHES
A. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Or Finish, AAMA 2605;
multiple coat, thermally cured fluoropolymer finish system; color s cted fr
manufacturer's standard colors. O
2.04 ACCESSORIES
A. Sealant for Joints in Linear Components: As commende y com anufacturer. Type
as specified in Section 07 9200. •
B. Adhesive for Anchoring to Roof Me Coale with r brane and approved by
roof membrane manufacturer. O
C. Roof Cement: ASTM D4586 M, TyN'S� `�%►
D. Flexible Flashing: See S�tR1b 7 250 .G v `
E. Fasteners: Stainless steel screw ty i a mini I -out re t ce of 240 # (109 kg) as
supplied by them ufac urer pe trate I a . No a pse fasteners shall be
permitted. v►
PART 3 EXECUTION Q,
3.01 EXAMINATION O O
A. Verify that deck, cuQs,o� me ase fl and other items affecting work of this
Section are in place positi rectly.
3.02 INSTALLATION
A. Install com s in ac ce W cturer's instructions and NRCA (RM) applicable
requir me .
B. C o SMAC c itectural et Metal Manual (ASMM) drawing details.
C. R o Pdge, S Coping and Radius Copings: Anchor to resist uplift and outlet forces
6cc ding to re mmendations in FMG Loss Prevention Data Sheet 1-49 for specified wind
ne and as ind ated. 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 membrane 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.
D. Coordinate installation of components of this section with installation of roofing membrane and
base flashings.
E. Coordinate installation of sealants and roofing cement with work of this section to ensure water
tightness.
FAYONC22.00 Roof Specialties
City of Fayetteville
Rock Street Annex 07 7100 - 2 11/29/2023
Roof Replacement
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
END OF SECTION
07 7100 - 3
Roof Specialties
11 /29/2023
SECTION 07 7200
ROOF ACCESSORIES
PART 1 GENERAL V.22
1.01 SECTION INCLUDES
A. Curbs.
1.02 RELATED REQUIREMENTS
A. Section 07 5400 - Thermoplastic Membrane Roofing
B. Section 07 6200 - Sheet Metal Flashing and Trim: Roof accessory items fabricated heet
metal.
C. Section 08 4523 - Fiberglass -Sandwich -Panel Assemblies
1.03 SUBMITTALS
A. See Section 01 3000 - Administrative Requirements, for submittal pro ed
B. Product Data: Manufacturer's data sheets on each product to be
1. Preparation instructions and recommendations.
2. Storage and handling requirements and recommend r�
3. Installation methods. I;zl** 4. Maintenance requirements.
C. Shop Drawings: Submit detailed la out developed for As project vide dimensioned
location and number for each type N roof access
1. Non -penetrating Rooftop SQ11s: Sub it sign calc t for loadings and spacings.
D. Warranty Documentation:
1. Submit manufacturer ty. •
2. Ensure that forms h e een co in Ow 's ame �istered with
manufacturer.
3. Submit docu n thatccess i accep to roofing manufacturer, and
do not limit th oofing w
1.04 DELIVERY, STORAGE, ANDI V
A. Store products in m f t e ,s un packa il ready for installation.
B. Store products and co r an ab e
1.05 WARRANTY
A. Correct de c e rk withive yq d after Date of Substantial Completion.
B. Provide fiviar mangy er wa t
PART 2 PRO S
2.01 ROO S'
A. anlffacturers:
•► The Pate ompany: www.patecurbs.com/#sle.
`2. MKT Metal Manufacturing: www.mktduct.com/#sle.
3. Roof Products & Systems (RPS): www.rpscurbs.com/#sle.
4. Substitutions: See Section 01 6000 - Product Requirements.
B. Roof Curbs Mounting Assemblies: Factory fabricated hollow sheet metal construction, internally
reinforced, and capable of supporting superimposed live and dead loads and designated
equipment load with fully mitered and sealed corner joints welded or mechanically fastened,
and integral counterflashing with top and edges formed to shed water. Insulated.
1. Applications: Roof curbs used for roof penetrations/openings as indicated on drawings.
2. Roof Curb Mounting Substrate: Curb substrate consists of flat roof deck sheathing with
insulation.
FAYONC22.00 Roof Accessories
City of Fayetteville
Rock Street Annex 07 7200 - 1 11/29/2023
Roof Replacement
3. Sheet Metal Material:
a. Aluminum: 0.080 inch minimum thickness, with 3003 alloy, and H14 temper.
1) Color: As selected by Architect from manufacturer's standard line of colors.
4. Provide layouts and configurations indicated on drawings.
PART 3 EXECUTION
3.01 EXAMINATION
A. Do not begin installation until substrates have been properly prepared.
B. If substrate preparation is the responsibility of another installer, notify Architect of uns sfactory
preparation before proceeding.
3.02 PREPARATION
A. Clean surfaces thoroughly prior to installation. //'►►_ v
B. Prepare surfaces using methods recommended by manufacturer for acfe�P1k� acceptable
results for applicable substrate under project conditions.
3.03 INSTALLATION
A. Install in accordance with manufacturer's instructions, in mann aint 'ofing system
weather -tight integrity.
3.04 CLEANING
A. Clean installed work to like -new condlti
P
3.05 PROTECTION
A. Protect installed products until co on of p G
B. Touch-up, repair or replace ged pro �frore Z-
ubs4a Completion.
ENDTION
V v
P
� � o
� o �
cp
0 �
_+ .
D� bo �
- � G
Q'
FAYONC22.00 Roof Accessories
City of Fayetteville
Rock Street Annex 07 7200 - 2 11/29/2023
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-T alants by
Means of a Durometer 2015 (Reapproved 2022).
B. ASTM C834 - Standard Specification for Latex Sealants 2017 (Reappro� ).
C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants 2 18.
D. ASTM C1193 - Standard Guide for Use of Joint Sealants 2016 (Rued 2023).
E. ASTM C1248 - Standard Test Method for Staining of Porous S e by J ealants 2022.
F. ASTM C1311 - Standard Specification for S nt Releais 202�
G. ASTM C1330 -Standard Specification for Cy drical Sea t Backin e with Cold Liquid -
Applied Sealants 2023.
H. ASTM C1521 - Standard Practice f ating sion of In Weatherproofing Sealant
Joints 2019 (Reapproved 2020). �J
I. ASTM D2240 - Standard Tes d for rop rt - mete6ardness 2015
(Reapproved 2021).
J. SCAQMD 1168 - Adhe ' a d Sealan icatio with i�ment (2022).
1.03 SUBMITTALS
A. See Section 01 30 - ini e ire n s, for s it I procedures.
B. Product Data for Sealants: man rer's tec data sheets for each product to be
used, that includes the f g.
1. Physical char ri incl digvement ility, VOC content, hardness, cure
time, and colo va bility Vv
2. List of backing ma erials a oved for us the specific product.
3. Substrates thAprodu t.k known to a ' factorily adhere to and with which it is compatible.
4. Subsl�the prod ould ne � don.
5. Su2ile
for w�fj of p er a uired.
6. produ (,,a�anty.
C. P ONta e sory Products: Submit manufacturer's technical data sheet for each
product to be cluding physical characteristics, installation instructions, and
commended ols.
olor 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
Rock Street Annex 07 9200 - 1 11/29/2023
Roof Replacement
C. Locate where directed. Mockup may remain as part of the Work.
1.05 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in
this section with minimum three years documented experience.
B. Installer Qualifications: Company specializing in performing the work of this section and with at
least three years of documented experience.
C. Testing Agency Qualifications: Independent firm specializing in performing testing and
inspections of the type specified in this section. NO
D. Field Quality Control Plan: )
1. Visual inspection of entire length of sealant joints.
2. Destructive field adhesion testing of sealant joints, except interior Jeegreafter,
lL sealant.
a. For each different sealant and substrate combination, allow fbst every 100
feet in the first 1000 linear feet, and one test per 1000 linear or once
per floor on each elevation.
b. If any failures occur in the first 1000 linear feet, continu�le_ ng at requency of one
test per 500 linear feet at no extra cost to Owner. O
3. Field testing agency's qualifications.
E. Field Adhesion Test Procedures:
1. Allow sealants to fully cure as recomme ed by m nu cturer RN sting.
2. Record the type of failure that occurred, other infot�mation r by test method, and
the information required on the Fitm Quality Conrtrol Log.
3. When performing destructive test+, also i sp ct the ope a oint for proper installation
characteristics recomm ' e$ by ma 1r, a ny de ' iencies.
4. Deliver the samples r d durin ctive t e®r8,e led plastic bags,
identified with proje I ation, to and to r uIts,F.
5. If any combinati lant t su tr s not idence of minimum
adhesion or hesiof re bef e i um ad ion, report results to Architect.
F. Destructive Field A esion Te-est for& 'on in ac a with ASTM C1521, using
Destructive Tail Procedure.
1. Sample: At least 1 s long. O ^��►
2. Minimum Elon o tho ive Failure: ,Consider the tail at rest, not under any
elongation str ultipl d mNest
ment capability of the sealant in percent by two;
then multi ly 1 inc by tha rcentage;tr�sion failure occurs before the "1 inch mark"
is that dcv�from th subs rate the as failed.
3. If eith sive or �i fs ve fa' o rs prior to minimum elongation, take necessary
meas to corr� ditto n -t t; record each modification to products or
ation proc�dilAes.
1.06 WAR W `�
ASSeectione
0 0-CLOSEOUT SUBMITTALS, for additional warranty requirements.
rrect defectiv work within a five year period after Date of Substantial Completion.
Q% 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
Rock Street Annex 07 9200 - 2 11/29/2023
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. V
6. Tremco Commercial Sealants & Waterproofing: www.tremcosealants.com/A
2.02 JOINT SEALANT APPLICATIONS
A. Scope:
1. Exterior Joints: Seal open joints, whether or not the joint is indic to drawings, unless
specifically indicated not to be sealed. Exterior joints to be seclude, but are not
limited to, the following items.
a. Wall expansion and control joints.
b. Joints between door, window, and other frame Ocent c tion.
c. Joints between different exposed tettals.
d. Openings below ledge angles i malonry. '
e. Other joints indicated beIGV.r�
2. Interior Joints: Do not seal intEriints unl�pecifica cated to be sealed. Interior
joints to be sealed include,eut ar not4 to, the foll wi items.
a. Joints between doo window, a frames jacen6onstruction.
b. Other joints indiVAd below. ` • (vl,
3. Do not seal the following types of'
a. Intentional weepholes in masonry.
b. Joints in$$ic� to be tr t%d with a Pred e sion joint cover or some other
type of inag evic G
c. Joints where sea pecifie($ be provid manufacturer of product to be
sealed.
d. Joints where iation of t is sp n another section.
e. Joints betweeAsusp iel c ili d and walls.
B. Exterior Joint Use non -sag no taining s'lic sealant, unless otherwise indicated.
1. Lap J i °..lrieet M�,t�LFabricat�o Butyl rubber, non -curing; Type H.
2. Lap J tween facture a anels: Butyl rubber, non -curing; Type H.
3. tt in Ex etal ork Siding: Acrylic Emulsion; Type G.
4. s betwee ete pan d between panels of adjacent work:
5 J ' s be e?r asonry and cast stone: Type U with sand.
C. Inte r Joints: non -sag polyurethane sealant, unless otherwise indicated.
Wall and iling Joints in Non -Wet Areas: Acrylic emulsion latex sealant.
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
Rock Street Annex 07 9200 - 3 11/29/2023
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.
In
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: nV
consumer.dow.com/en-us/industry/ind-building-construction.htm III
b. Pecora Corporation: www.pecora.com.
c. Substitutions: See Section 01 6000 - Product Requirements. V)
Type U-2 - Silicone Sealant: ASTM C920, Grade NS, Uses M and ; of expected 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 d rice with C661.
3. Color: Match adjacent finished surface n.
4. Cure Type: Single -component, neu ral Noisture curin
5. Service Temperature Range: MN` to 180 degrees F.
6. Manufacturers:
a. Dow Chemical Compa SIL 9 wilding azing Sealant:
consumer.dow.com/ - indu t i - uilding- ction. tml/#sle.
b. Pecora Corporatio pec `'
c. Substitutions: ction 0J Od0 - Prods �auirem%nX6tm-1"
C. Type E - Mildew -Re:
component, mildelt
1. Color: White.
2. Manufacturers:
a. Pecora Cc
D. Type A - Polyurethel
component; not exp
1. Movemeq Cap
2. Hard a r*
3. Color sl
4. Servi moe
Uses M and A; single
iter immersion or traffic.
Uses M and A; single or multi -
Er immersion or traffic.
�Tcent, minimum.
tested in accordance with ASTM C661.
nufacturer's standard range.
180 degrees F.
rec ra rporation: www.pecora.com.
She illiams Company; Stampede-1/-TX Polyurethane Sealant: www.sherwin-
willia s.com/#sle.
BASF Corporation; MasterSeal NP1, One component polyurethane sealant.
www.master-builders-solutions.basf.us
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
City of Fayetteville
Rock Street Annex
Roof Replacement
07 9200 - 4
Joint Sealants
11 /29/2023
2.04
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, no&-'ing,
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. a)in-
williams.com/#sle.
c. Sherwin-Williams Company; 950A Siliconized Acrylic L lk: www.sherwin-
williams.com/#sle.
H. Type C- Butyl Sealant: Solvent -based; AS C1311; siVaordan
onent �g; not
expected to withstand continuous water imm or tra
1. Hardness Range: 10 to 30, Shore h wn tested iSTM C661.
2. Color: To be selected by Arch,t@ manufacter's stand nge.
3. Service Temperature Range: 113 to 1 egrees F. V
4. Manufacturers: v
a. Sherwin-Williams C ; Sto er All S ealal www.sherwin-
williams.com/#sle. . (V�_
b. Substitutions. a ection - Prod t quir
I. Type H - Non -Curing t al nt• �nt-b 131 gle component, non -sag,
non -skinning, non- g, nording; erme intended for fully concealed
applications.
1. Manufacturers: ✓✓
a. Pecora Corpor Pecora � on -Ski Butyl Sealant:
www.pec c sle. O
SELF -LEVELING SEAL
A. Type F - Self veli g Polyur tha Seala : ATM C920, Grade P, Uses M and A; single or
multi-com n t; xx licitl ved facturer for traffic exposure; not expected to
withstand ous wa er
1. v ent Cap lus d s 25 percent, minimum.
2. ness Ra 3 to 55 A when tested in accordance with ASTM C661.
3 C r: Gfey.
4 ervice rature Range: Minus 40 to 180 degrees F.
• Manufacturs:
V"
a. Sherwin-Williams Company; Stampede 1 SL Polyurethane Sealant: www.sherwin-
williams.com/#sle.
VVV 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
Rock Street Annex 07 9200 - 5 11/29/2023
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-
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 seala adhere to and
recommended by tape and sealant manufacturers for specific application.
C. Masking Tape: Self-adhesive, nonabsorbent, non -staining, removal adhesive
residue, and compatible with surfaces adjacent to joints and sealiis�
D. Joint Cleaner: Non -corrosive and non -staining type, type r o rn �VVnded b t
manufacturer; compatible with joint forming ials.
E. Primers: Type recommended by sealant a facturer to s applica �rr6n-staining.
F. Sand: White or tan sand, selection e�n field mockuip.
PART 3 EXECUTION
3.01 EXAMINATION • V
`O
A. Verify that joints are read teive w `� • a►
B. Verify that backing mat re com ith s `
C. Verify that backer s o th e size
3.02 PREPARATION
A. Remove loose materials an mattkat could i adhesion of sealant.
B. Clean joints, and pri a�r- Cessary ordan manufacturer's instructions.
C. Perform preparatio 'n a Gorda an fa instructions and ASTM C1193.
D. Mask elemen and surfaces aIjZe�n�tto joint damage and disfigurement due to sealant
work; be aw *pealan ips and sm a may not be completely removable.
3.03 INSTALLATIO�JJ •
A. Perf acc with ala t anufacturer's requirements for preparation of
s c s nd matgfal i tallation in ctions.
B. Perform install tiorLiw accordance with ASTM C1193.
•C. stall bond breeker backing tape where backer rod cannot be used.
I
sealant free of air pockets, foreign embedded matter, ridges, and sags, and without
getting sealant on adjacent surfaces.
4; 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
Rock Street Annex
Roof Replacement
07 9200 - 6
Joint Sealants
11 /29/2023
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
V
O �
Pv
G
P
� � o
� o �
0 0 �
G �
a Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
07 9200 - 7
Joint Sealants
11 /29/2023
SECTION 08 4523
FIBERGLASS -SANDWICH -PANEL ASSEMBLIES
PART1 GENERAL
1.01 SECTION INCLUDES
1.02
1.03
A. Fiberglass reinforced plastic (FRP) sandwich panel system and accessories.
1. Roof panel system.
RELATED REQUIREMENTS
A. Section 07 9200 - Joint Sealants: Sealing joints between perimeter frame and adja
construction.
REFERENCE STANDARDS
A. 29 CFR 1910, Subpart D - Walking -Working Surfaces, 1910.21-1910.30.�dition.
B. AAMA 501.2 - Field Check of Metal Storefronts, Curtain Walls, and Slope azing Systems for
Water Leakage 2009.
C. AAMA 611 - Voluntary Specification for Anodized Architectural All m' m 201
D. AAMA 1503 - Voluntary Test Method for Thermal Transmit Cond n Resistance
of Windows, Doors and Glazed Wall Sectio 9.
E. AAMA 2604 - Voluntary Specification, Pe ornVnce Requir ents an Procedures for
High Performance Organic Coatings o inum ExtrAions and 1 2013.
F. ASTM B221 - Standard Specificati uminuy d Aluminu�l y Extruded Bars, Rods,
Wire, Profiles, and Tubes 2014. `_
•
G. ASTM B221 M - Standard Spipc' tion for m a num-A Extruded Bars, Rods,
Wire, Profiles, and Tubes etr' 2013.c, '
H. ASTM C297/C297M - Standard Test for FI ensi �th of Sandwich
Constructions 201
1. ASTM D635 - Stan r st M► or to ning an (o r xtent and Time of Burning of
Plastics in a Horizo al Pos &I-491'14.
v
J. ASTM D1002 -Standard Te ethod f r arent S a trength of Single -Lap -Joint
Adhesively Bonded ,S ecimen� nsion l (Metal -to -Metal) 2010 (Reapproved
2019). eta1
K. ASTM D1037 - Standard Test ods for va��g Properties of Wood -Base Fiber and
Particle Pan epals 20�eappr v 020).
L. ASTM D2 andardlPractice f on of Color Differences from Instrumentally
Mea a Ior Coor0in,tes 201
M. A Stan r T.est Metho Conducting Strength Tests of Panels for Building
N.STTA E84 - StVdard Test Method for Surface Burning Characteristics of Building Materials
`15a.
ASTM E108 - Standard Test Methods for Fire Tests of Roof Coverings 2011.
ASTM E283/E283M - Standard Test Method for Determining Rate of Air Leakage Through
Exterior Windows, Skylights, Curtain Walls, and Doors Under Specified Pressure Differences
Across the Specimen 2019.
Q. ASTM E330/E330M - Standard Test Method for Structural Performance of Exterior Windows,
Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference 2014.
R. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights,
Doors, and Curtain Walls by Uniform Static Air Pressure Difference 2000 (Reapproved 2009).
FAYONC22.00 Fiberglass -Sandwich -Panel
Assemblies
City of Fayetteville
Rock Street Annex 08 4523 - 1 11/29/2023
Roof Replacement
S. ASTM E661 - Standard Test Method for Performance of Wood and Wood -Based Floor and
Roof Sheathing Under Concentrated Static and Impact Loads 2022.
T. ASTM E972 - Standard Test Method for Solar Photometric Transmittance of Sheet Materials
Using Sunlight 1996 (Reapproved 2021).
U. ASTM E2707 - Standard Test Method for Determining Fire Penetration of Exterior Wall
Assemblies Using a Direct Flame Impingement Exposure 2015.
V. ICC-ES AC05 - Acceptance Criteria for Sandwich Panel Adhesives 2010.
W. ICC-ES AC177 -Acceptance Criteria for Translucent Fiberglass Reinforced Plastic 6FkRFaced Panel Wall, Roof and Skylight Systems 2014, with Editorial Revision (2018).
X. ISO/IEC 17065 - Conformity Assessment - Requirements for Bodies Certifying cts,
Processes and Services 2012.
Y. NFRC 100 - Procedure for Determining Fenestration Product U-factors
Z. NFRC 201 - Procedure for Interim Standard Test Method for Meas ri g th olar Heat Gain
Coefficient of Fenestration Systems Using Calorimetry Hot Box Me Current Edition.
AA. NFRC 202 - Procedure for Determining Translucent Fenestratig� uct VisTransmittance
at Normal Incidence Current Edition. (0
BB. UL 723 - Standard for Test for Surface Burni aracteVftf Buildir a erials Current
Edition, Including All Revisions. ` �v+
CC. UL 790 - Standard for Standard Te �s for Fire Tests of erings Current Edition,
Including All Revisions.
1.04 SUBMITTALS O G
A. Product Data: Include const ii detail rial desns, profi bp
pan analysis data,
p
and component finishes.
B. Shop Drawings: Inclu a, ele, an e
C. Installation Instruc peci t ation tints.
D. Manufacturer's uallication nt.
q � V
E. Installer's qualification st n .
F. Warranty Documen do anu tJ&Osampl nty.
1.05 QUALITY ASSURANC
A. Manufacture li nations: an actured atle ial and products by company continuously
and regula Toyed i acturp cified materials for period of at least ten
consecutiv rs and uQ
i nce of those materials being satisfactorily used
�� 9 Y
on a sysix projec ��Fnilar se, and location, and at least three of these projects
h g n in su Nul use for ars orlonger.
1. Vu
'ed p �m by certification agency complying with ISO/IEC 17065, that requires
lity co o nspections and fire, structural, and water infiltration testing of sandwich
panel syst s by accredited testing agency.
Conduct quality control inspections at least once each year that include manufacturing
facilities, sandwich panel components, and production sandwich panels to ensure product
complies with ICC-ES AC177 requirements.
B. Installer Qualifications: Experienced installer that has been installing Kalwall panel systems for
at least two consecutive years and that also provides documented evidence of satisfactory
completion of projects of similar size, scope, and type.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Deliver panel system, components and materials in manufacturer's standard protective
packaging.
FAYONC22.00 Fiberglass -Sandwich -Panel
Assemblies
City of Fayetteville
Rock Street Annex 08 4523 - 2 11/29/2023
Roof Replacement
B. Store panels on long edge above ground, blocked and under cover in accordance with
manufacturer's storage and handling instructions.
C. Handle products in accordance with manufacturer's written instructions.
1.07 WARRANTY
A. See Section 01 7800 - CLOSEOUT SUBMITTALS for additional warranty requirements.
B. Provide manufacturer's and installer's written warranties agreeing to repair or replace panel
system that fails in material or workmanship within five -years after Date of Delivery. F&eof
material or workmanship includes deterioration of finish on metal in excess of normal
weathering; defects in accessories, insulated and translucent sandwich panels, and q
components of this work. nvv
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. This specification is based on products manufactured by Kalwall C r rat . Other
manufacturers may bid this project subject to compliance with pert a requirements as
indicated and required submittals. Listing other manufacturer's n in this ecification does
not constitute approval of their products or relieve them of co a with ance
requirements as indicated. � A
1. Kalwall Corporation: (v/'
a. Telephone. (800) 258-9777.
b. Fax: (603) 627-7905. `
c. Email: info@kalwall.com6
B. Fiberglass -Sandwich -Panel As m lies Ma` ct rers: G
2.02 PERFORMANCE REQUIREMEIi�� (�'�•
A. Manufacturer responsib r onfigura 1�.�lhd fabr' `f co pi���a+++nel system.
B. Structural Roof Lo s:e , g 9
a d fo in loads:
p
1. Live Load:
2. Snow Load: _ psf.
V
C. Air Leakage: Limit to all �e air leak e Pfrough p n stem assembly with pressure
difference across asswn t 6.24 cords ASTM E283/E283M.
D. Water Leakage: No%ejhen a in with ASTM E331 at test -pressure
difference of 15 psf. �✓
E. Structural Pe dhce Tes by UnifKrZ�tatic Air Pressure Difference: Comply with ASTM
E330/E33
F. Pan a Bending Str�th: L s t 11 1.9 inch deflection at 30 psf loading and 10 ft span
wi pportin rame in accord1 with ASTM E72 test method.
G. E t i Face t Strength: Uniform in strength and impenetrable by handheld pencil and as
olio s:
•` Ball Impac Test: Pass, based on repelling impact without fracture or tear by at least 70 ft
Ibf from 3-1/4 inch diameter 5 lb free -falling ball in accordance with UL 972 testing.
Fire Penetration Resistance of Wall Assembly: Panels comply with conditions of acceptance in
accordance with ASTM E2707.
1. Absence of flame penetration through wall assembly at any time.
2. Absence of glowing combustion on interior surface of assembly at end of 60-minute
observation period.
3. Absence of flame, glow, and smoke when test is terminated prior to completion of 60-
minute observation period.
FAYONC22.00 Fiberglass -Sandwich -Panel
Assemblies
City of Fayetteville
Rock Street Annex 08 4523 - 3 11/29/2023
Roof Replacement
I. Condensation Resistance Factor (CRF): Minimum of 80 when measured in accordance with
AAMA 1503 on bond line of thermally broken panels with translucent insulation.
J. Expansion/Contraction: Provide for expansion and contraction within system components
caused by cycling temperature range of 110 degrees F over 12-hour period without causing
detrimental effect to system components.
K. Roof Panel System Assembly:
1. Comply with UL 790 or ASTM E108 for Class A Roof Burning Brand test.
2. Fall Through Protection: Comply with fall through protection requirements of 29 CFR
1910, Subpart D and test methods of ASTM E661; systems requiring suppler
screens or railings are not permitted.
2.03 COMPONENTS
P1
B.
Roof System: Sandwich panels of fiberglass -reinforced -plastic (FRP), tr �� t face sheets
laminated to grid core with mechanically interlocking I -beams and straig�esive bonding
line that covers entire width of I-beam having neat, sharp edge, an ote n of exterior face
sheet provided with integral, embedded -glass erosion barrier.
1. Panel Width: As indicated on drawings.
2. Panel Length: As indicated on drawings.
3. 2-3/4 inches Thick, Thermally Broken Composite I- d Core- rmoset fiberglass
composite having I-beam grid core of 6063-T6 or 60 -T alloy per complying
with ASTM B221 (ASTM B221 NV,-.vlh provisions fy m chani indockingof muntin-
mullion and perimeter, with mi rV beam idttTof 1/2 in minimum I-beam
thermal break of 1 inch; poure�debridg�rmal br i not permitted.
a. Panel Type: Flat. 9
b. Panel Fill Insulatio
1) Fiberglass level NSon O
c. Thermal Tram it ce (U-fa'%LNAf FRP vich P �23, when tested in
3.
FAYONC22.00
accordance it
FRP Fa t
Visible Li t Trai
following panel fi
E972.
1) Fibe—AVWX
Solar He Ga
0 dearees n c
ination indicated and the
with NFRC 202 or ASTM
'tested in accordance with NFRC 201 at
bination indicated and following panel fill
v
T sluc nt c heets: Fabricated using glass fiber reinforced thermoset resins, and
fiCrmulat specifically for architectural use.
a. Use thermoplastic, e.g., polycarbonate and acrylic, for face sheets is not permitted.
b. Deformation, deflection, or dripping of face sheets upon exposure to fire is not
permitted.
Exterior Face Sheet:
a. Thickness: As required for system characteristics indicated; 0.070 inch, minimum.
b. Color as indicated under system description.
c. Color Stability: Color of exterior face sheet to not change color more than three CIE
Units DELTA E in accordance with ASTM D2244 after 5 years outdoors in South
Florida weathering facing south; color stability not affected by abrasion or scratching.
Interior Face Sheet:
a. Thickness: As required for system characteristics indicated; 0.045 inch, minimum.
Fiberglass -Sandwich -Panel
Assemblies
City of Fayetteville
Rock Street Annex 08 4523 - 4 11/29/2023
Roof Replacement
b. Provide exposed surface of interior face sheets with following flame spread index
(FSI) and smoke developed index (SDI) in compliance with ASTM E84 or UL 723.
c. Provide Class CC1 face sheets with burning extent of 1 inch or less when tested in
accordance with ASTM D635.
C. Laminate Adhesive: Provided for adhering translucent panel face sheets to grid core; heat and
pressure resistant resin -type adhesive for use with structural sandwich panels and designed for
at least 25 years of field use, and complying with testing requirements of ICC-ES AC05.
1. Tensile Strength: At least 750 psi when panel assembly is tested in accordance with
ASTM C297/C297M test method after two exposures to six cycles each of accelerated
aging conditions complying with ASTM D1037.
2. Shear Strength: Panel adhesive complying with ASTM D1002 upon expo he
following conditions:
a. Exposed to 50 percent Relative Humidity (RH) at 68 degrees F m shear
strength of 540 psi.
b. Exposed to temperature of 182 degrees F, minimum shear tre of 100 psi.
c. Exposed to accelerated aging complying with ASTM D1 nimum shear strength
of 800 psi, tested at room temperature.
d. Exposed to accelerated aging complying with ASTM mini ear strength
of 250 psi, tested at 182 degrees
2.04 PERIMETER CLOSURE SYSTEM
A. Closure Aluminum Clamp-Tite Installati stem:
1. Roof Closure System: Provid02'21 ed alumi m having 0�6 4T5 or 6063-T6 alloy and
temper in compliance with 0 (ASTIM 13221 M),`and , mp-tite screw type closure
system.
B. Sealant for Within Transluce0sembly quired b ufact+�6
e Section 07 9200.
C. Sealing Tape: Manufac r standar Ury ap clos Rm under controlled
conditions.
D. Fasteners: Stainle 300 screwminum o res; excluding final fasteners
to building.
2.05 FINISHES
A. High -Performance r oatin factur ory-applied finish that complies with
performance require of 4; m It' ts, thermally cured fluoropolymer
system.
B. Mill Finish: 8Zdize
%turer's rndard mi I- hed aluminum.
C. Class I Nad I9�h1A-M12C22A41 clear anodic coating not less than
0.7 ' 0. inch t v
PART 3 E N
3.01 E I ION
+A. rify substrate , supporting structure, and installation conditions.
4*erify dimensions, tolerances, and method of attachment with other work.
Do not proceed with panel installation until unsatisfactory conditions have been corrected.
3.02 PREPARATION
A. Metal Protection:
1. At locations where aluminum contacts dissimilar metals, protect against galvanic action by
painting contact surfaces with primer or applying sealant or tape as recommended by
manufacturer for this purpose.
2. At locations where aluminum contacts concrete, masonry, or pressure treated wood,
protect against corrosion by painting contact surfaces with bituminous paint or method
FAYONC22.00 Fiberglass -Sandwich -Panel
Assemblies
City of Fayetteville
Rock Street Annex 08 4523 - 5 11/29/2023
Roof Replacement
recommended by manufacturer.
3.03 INSTALLATION
A. Install panels within assembly in accordance with manufacturer's fabrication drawings and
written installation instructions.
1. Anchor component parts securely in place using permanent mechanical attachment
system.
2. Allow for thermal and mechanical movement of assembly components.
3. Seal aluminum clamp-tite installation system as indicated on manufacturer's fabrication
drawings and written installation instructions. K
B. Install joint sealants at perimeter joints and within panel assembly in accordance
manufacturer's fabrication drawings and written installation instructions; see S 079200.
3.04 FIELD QUALITY CONTROL
A. See Section 01 4000 - Quality Requirements for additional requirement
B. Water Leakage Test: Test representative section of installed asseaccordance with
AAMA 501.2.
1. Repair or replace work that does not pass testing or that i ged b ting and retest
work.
3.05 CLEANING
A. Remove protective material from pre4n' eded a uminum,,#:urfaces.
B. Wash down interior and exterior suvith sol of mild detergent in warm water, applied
with soft, clean wiping cloths; reONrom r and wipe surfaces clean.
3.06 PROTECTION �` V
A. Protect finished work from e until 13M f Subs om J606
EN CTIO
P
� � o
� o �
0 0 �
G �
0 +.
- � G
Q'
FAYONC22.00
City of Fayetteville
Rock Street Annex 08 4523 - 6
Roof Replacement
Fiberglass -Sandwich -Panel
Assemblies
11 /29/2023
Bid 23-48, Addendum 1 9%
Date: Friday, December 22, 2023 W4ff
To: All Prospective Vendors
From: Amanda Beilfuss — 479.575.8220 — abeilfuss@favetteville-ar.gov
RE: Bid 23-48, Construction — Rock Street Annex Roof Replacement
CITY OF
FAYETTEVILLE
ARKANSAS
v
This addendum is hereby made apart of the contract documents to the same extent as th avlewere originally
included therein. Interested parties should indicate their receipt of same in the app a blank of the Bid.
BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCH TlO E BID FORM.
1.
2.
Deductive Alternate 1 has been added: V ♦�
a. DEDUCTIVE ALTERNATE 1— Skylights O
v
i. Remove the new skylights from, ope of 4y k incIud' molition and restructuring
for new skylight opening an a urbs fp nounting lights.
ii. The specifications for Dldpl�ScZe A ' 1are d to is addendum.
G
The following questions h a s �d r y he rr onding department:
a. Question: Regarding e old h —and u ' s and o s; Will the be removed before the
g ° Y
project begins or does the need that rl o their bid?
i. Answer: The r Coill n nsible or removing the old heating and
a o a t� o spo f g g
air units and p
b. Question: Re %he ho n the c deck from removing the old heating and air units;
Will the Con t r need c lac &At
r holes with concrete, or will an alternate material
be allo ?I
rded Contractor will not be responsible for filling in any holes from the
City of Fayetteville, AR
Bid 23-48, Addendum 1
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
SECTION 012300
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'sn.
Accepted Alternates will be identified in the Owner -Contractor Agreement.
B. Coordinate related work and modify surrounding work to integrate the Work of a ernate.
1.03 SCHEDULE OF ALTERNATES
A. Deductive Alternate No.1
Remove the new skylights from the scope of work including demol' d restructuring for
new slylight opening and roof curbs for mounting of skylights.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION •
G
P
� � o
� o �
0 0 �
G �
- � G
Q'
FAYONC22.00 Addendum 1 Alternates
City of Fayetteville
Rock Street Annex 01 2300 - 1 1212112023
Roof Replacement
Bid 23-48, Addendum 2 CITY OF
_ FAYETTEVILLE
V4W
Date: Tuesday, January 9, 2024 A R KA N SAS
To: All Prospective Vendors
From: Amanda Beilfuss-479.575.8220—abeilfuss@fayetteville-ar.gov
RE: Bid 23-48, Construction — Rock Street Annex Roof Replacement
This addendum is hereby made a part of the contract documents to the same extent as tho ere originally
included therein. Interested parties should indicate their receipt of same in the app i blank of the Bid.
BIDDERSSHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCH TIO E BID FORM.
1. A non -mandatory Pre -Bid meeting was held on -site at the Rock Street on Wednesday, January 3,
2024 at 2:00 PM. The sign -in sheet of attendees is also attached t ddend&for disclosure to all
interested parties (See Attachment A).
a. Attendees:
i. City of Fayetteville: P
1. Amanda Beilfuss, Sr. sing A t
2. Kenny Fitch, Purc Agent
• G
3. Quin Thompsoll., i (ties r
4. Wade Aber and ructi ctor
` 5. Ben Cru Arch
D,
6. John m, W c ite v
ii. Vendors:
1. Anderson El r� V
2. Fayett ill panic O V"
3. First S r terio
4. F anklln and Son, c. `�
5 &ofing
6. a mon El
�! Industr' ofing Co truction
Jopli dting Co. Inc.
9. bfing
10. MILstone Construction
V"
11. Shields & Associates
12. SSI of Northwest Arkansas
13. Stearman Roofing
14. Wilson's Heating & Air Conditioning
2. Both an Arkansas Contractor's License and registration with the Arkansas Secretary of State are both
required to be active and valid AT THE TIME OF BID DEADLINE.
City of Fayetteville, AR
Bid 23-48, Addendum 2
Page 113
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
3. Protect Manual Revision:
a. SECTION 01 2200 — UNIT PRICES has been added and is attached to this addendum (see
Attachment B).
4. Substitution Reauests:
a. TPO Request #1— GAF Specification: TFAT160 (APPROVED— See Attachment C)
b. TPO Request #2 — VERSIWELD 60MIL TPO (APPROVED —See Attachment D)
(�No
V
5. Questions -The following questions have been answered and received by the corre�ing department:
a. Question: What is the pre-existing roof thickness?
i. Answer: Please refer to Item 6 o this addendum and Att c erfrE.
f f ��
b. Question: The specification calls for the ISO to be mech fast ut th Nis say everything is
fully adhered. Which one is required? '�
i. Answer: The insulation shall be e anically fa ned. T adhered notes on the
drawings refer to the attach thod for tee TPO m ne, not the insulation.
c. Question: HVAC units will be re o , and. df patcooth rs. What about the antenna
and supporting structure? W' inni r cto his yn ' scope?
i. Answer: No, the ill be r ible f rem he antenna and supporting
structure. oft
�
d. Question: Regarding ructu loads 7�Qr t e skyl' what are the specified Live and Snow
loads? � � �►
i. Answer: Live ad0 P Lo d F
e. Question: Whallhinsul ' n attach method?
VV •
i. Answ�Vlechanic tta s ecifications.
Q
f. Que I hat 'sgb;5used for the sk li ht framin
?
ucwer: tural steel angles and plates as detailed in detail 1 A1.04 shall be provided
g p /
for each new skylight opening.
g. Question: How old Is the roof.
i. Answer: It is assumed approximately 30 years old.
6. Core Sample was taken at the pre -bid meeting. Observations include a 2-ply modified bitumen roof over
lightweight vermiculite concrete on metal decking (See Attachment E).
City of Fayetteville, AR
Bid 23-48, Addendum 2
Page 213
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
7. Clarifications:
a. The freshly painted fascia needs to be maintained.
b. The City of Fayetteville will provide the Following:
i. Remove/relocate gas and electrical utilities as necessary
ii. Remove RTU's
iii. Remove Radio equipment
iv. Remove all steel and other supporting structures
v. Cut holes for Skylights, provide framing, and any structural work associated with the
Skylights
vi. Repair holes in roof deck left by removal of ducting or RTU's
c. Contractor shall provide the following:
i. Replace blocking under utilities per specifications
ii. Reflash remaining curbs per specifications
8. Addendum Attachments:
- - `V
a. Attachment A: Pre -Bid Sign -In Sheet P
b. Attachment B: SECTION 012200
c. Attachment C: Approved Substit tl 1 • O G
d. Attachment D: Approved S tion #
e. Attachment E: Core Sa otos J►
n.
V
P
� � o
� o �
0 0 �
G �
D� o
- � G
P
City of Fayetteville, AR
Bid 23-48, Addendum 2
Page 313
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
Attachment A
City of Fayetteville, Arkansas
CITY OF Attendance Sheet
FAYETTEVILLE
ARKANSAS
BID RFP/RFQ#: 0?3�1
Description: - aLPECA Gngl� Re DI
Function (circle one) : Bid Opening, Selection Committee Meeting, r eerview
Date: �� / (73 / o�i� Time:
Name Company Title Pho
3 / tlw_Q POL 5 S ��� CL The iv
4 �CV,;.1 CAVADEA if&wnry -3 o
5 �>-r—lc►� �Vl Z ao�
6 0%s pooh L d g�z-9cSr
7 - `t-cav2
8 �.1 � U IS-1 S— 3�S$
9 .54tIA AAW7 7z-i 5_7
10 J090T R+JpRKY-" SSZ of NWA �M ��l'Iq� 9-7q •O52N
11 G rL✓P S �1�• 82�-(�2a°I
1320; S t `"17j-7gtq -O�i�O
14 i%i ke, Allo grSd I'y /'`L /D �/✓J+Pt� /3����//-a1
15 f e a r 1C AA f.eg n J cAC �,L�• NJ(p�3
16 / 5O c . 40 e6ryt 0 Wi 1612 3�0 (3� -552- P%&
17 L Ckr1 LA_Y 1.` lQ S1C�n9 �>'� c17j779 9'as- COE) e
18 �� �I►tiPS
19 Pc,E� �i uv`r n `j� 5 ��n` t T 1WV
20 j7 tre, o
City staff e-mail includes "@fayetteville-ar.gov"
Email
KCh-L!eJe/'@ :54 WArA1 w,q R o,- G �w-
jw1c� Pwrz `Na .�� Wt
ee 0 ' /: JN6.1
a i Da • r1 U}"
/V }F,2.�aNE�r��R 1C. 096
Jn0j- A/NGrj frc. C 61"1^
GU iGY IA/rlS!�' I.VGC r %1P�
1'or tIJ46 411 w
CITY OF
FA'YETTEVILLE
ARKAN'SAS
City of Fayetteville, Arkansas
Attendance Sheet
BID/RFP/RFQ #:
Description: Ao
Function (circle one) : Bid Opening, Selection Committee Meeting, Pr e
Date: / / Time:
�7
Name Companv Title CG PhoaeSo
2 wa s I�� lJH R JA
3
4 l�W� �t/1 &A/ /n
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
"-t-11 —
Vj'E(7—
i -4dP
o
�
,V
City staff e-mail includes "@fayetteville-ar.gov"
Email
ltiv d+^ � ij�QZt';
G I�►%Arrue, n
Attachment B
SECTION 012200
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 requi or,
products, tools, equipment, plant, transportation, services and incidentals; &ko ,application
or installation of an item of the Work; overhead and profit.
1.03 UNIT QUANTITIES SPECIFIED
A. Quantities indicated in the Bid Form are for bidding and contracts s on . Quantities and
measurements of actual Work will determine the payment amo
1.04 MEASUREMENT OF QUANTITIES �j�
A. Measurement methods delineated in th+'di,)�ual s ecific 'on sec ' L'rhi� lement the
p periteria of this section. In the event i' the requieements of �vidual specification
section govern.
B. Take all measurements and c quaGleas r and q ntities will be verified
by Architect. •►
G
C. Assist by providing ne equi work rs ry p nel as required.
D. Measurement Devi s:
1. Weigh Scales: Ins ested �tified b t pplicable state Weights and
Measures dep ithin th dear.
2. Platform Scab suffi n sii and o accommodate the conveying vehicle.
3. Meterin Devices: Inspect tested and ied by the applicable state department
within tl t►Vear.
E. Measurem eight- crete r i steel, rolled or formed steel or other metal
shap wi a measu and ok ights. Welded assemblies will be measured by
ha or scale
F. Mea rement fume: Measured b cubic dimension using mean length, width and height
Y g g g
6thickness.
♦ Measurement by Area: Measured by square dimension using mean length and width or radius.
H. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord.
I. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or
combination, as appropriate, as a completed item or unit of the Work.
J. Perform surveys required to determine quantities, including control surveys to establish
measurement reference lines. Notify Architect prior to starting work.
FAYONC22.00 Addendum 2 Unit Prices
City of Fayetteville
Rock Street Annex 01 2200 - 1 0110812023
Roof Replacement
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. �V
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. �1`►
7. Products placed and concealed prior to assessment of q r volu
1.06 ASSESSMENT
A. Replace Work, or portions of the Work, not cIfting wireq nts.
B. If, in the opinion of Architect, it is no I to removOand replat�lie`Work, Architect will
direct one of the following remedie `
� c'V
1. The defective Work may ai , but rice w �4Juste o a new unit price at
the discretion of Arch' Z ` • 6
2. The defective Work 11 a partial ired to t i struct' e Architect, and the
unit price will be j to a partial
pr�is do Architect.
C. The individual spesect' ay mo -e optio may identify a specific
formula or percenta pricer n.
v
D. The authorityof Architec �ss th f ct and i pa ment adjustment is final.
� ® �' Y J
1.07 SCHEDULE F NIT 0 SC U O U P�C�S
A. Cost per sq
deck and re
PART 2 PRO
PART 3 EX i
END OF S
FAYONC22.00
City of Fayetteville
Rock Street Annex
Roof Replacement
foot for removal d dispo all o eteriorated lightweight vermiculite concrete
%h 2" thi ly-iso ' ion board. Thickness to be verified prior to
IIIOT U
- NOTj�
P
Addendum 2
01 2200 - 2
Unit Prices
0110812023
Attachment C
Design Services
we
protect December 26, 2023
what
matters
most- Subject: Substitution Request
Project: Rock Street Annex Roof Replacement
Fayetteville, AR
Dear Sir/Madam,
We respectfully request consideration of the following on the above referenced
PROPOSED SUBSTITUTION GAF Specification: TFAT160.
Products include:
• EnergyGuardTM Polyiso
• EverGuard TPO 60 mil Membrane O
• EverGuard #1121 Bonding Adhesive V
P
• EverGuard TPO Quick Spray Adhe`si I �`
• Drill-TecTM Fasteners and Plates
• Diamond PledgeTM NDL Roof ee O G 1
The attached data includes prod criptior^, ificati c rma I'� test data,
specimen guarantee as neces revaluation of the r t; ap i k portions of the data
are clearly identified. The n s d KtIN at t d i p ragraphs, unless modified on
attachments are correct:
1. This proposed subs ution r excds a arch' specified performance
requirements. '�
2. Maintenance and seruic pr ucts �availa a proposed substitution.
The undersigned further states hat th ion, a�nce, and quality of the proposed
substitution are equarr superior to he ecified tem. Please either sign and return this letter, or
acknowledge via e `i%Vur acc 317M.
If you have ar rNuAer quesi� pleas�ct us at 877-423-7663 (Option 4, Option 3). Thank
you for choosing GAF. �`
Sincerely, P
SzphazawrencPi
Stepnie Lawrence
Senl5r Design Services Specialist
Design Services 1 1 Campus Drive, Parsippany, NJ 07054 1 Toll Free 877.423.7663 1 gaf.com A $tandard INDUSTRIES COMPANY
Description:
EnergyGuard'" Polyiso Insulation
board is made of glass fiber -
reinforced cellulosic felt (GRF)
facers bonded to a core of
polyisocyanurate foam.
Features and Benefits:
• Versatile - Approved component
in single ply, BUR and modified
bitumen systems, with a variety
of attachment methods:
mechanically attached, fully
adhered, loose laid and ballasted
■ Approved for direct application to
steel decks
■ High insulation value - polyis
insulation has the highest R-
9D per inch compared to anyiiaec
type of non-polyiso insulatiil
ne equivalent thickss
■ Because of its ligh v>)�I this
material is eas to h,`11��"t�e on th
jobsite ands sulckly. Easy
cutting in I rovides the
installer i *plified fabricating
on the ro ck
■ Excellent dimensional stability, high
moisture resistance and low water
permeability
Visit gaf.com
Panel Characteristics:
■ Available in a variety hi
from 1.0" (25.4 mm) to
to best suit your specifi ti
■ Available in * ' ( 12 m
and 4' x 8' (l� 2.44
■ Flute Fill * 1��fier s c I
availcCP'upon re^�
116 m
ons
xjo 2 �>
Vrds `
are <
n�
OM for sp ssemblies
�UL listed to ANSI / UL 790, UL 263,
UL 1256
■ UL Evaluation Report UL ER1306-03
■ See UL Product iQ for details
■ Miami -Dade County Approved
State of Florida Approved
■ For additional information,
contact GAF at 1-800-766-3411 or
designservices@gaf,com
�p551f"
pFMD �O PIM "'., nw.n oeWF
L S. of Florida Approved
1
ia
li9WyGuard'm Polyiso
,XNZ---inermai
values:
*
R-Value**
Max Flute
Span (in)
0" (25.4 mm)
5.7
2 5/8" (66.7 mm)
1.2" 5 mm)
6.8
2 5/8" (66.7 mm)
MIT )
8.6
4 3/8" (111 mm)
" 44 5 mm)
10.0
4 3/8" (111 mm)
" (51 mm)
11.4
4 3/8" (111 mm)
2,211(59 mm)
12.6
4 3/8" (111 mm)
2.3" (58 mm)
13.2
4 3/8" (111 mm)
2.511(64 mm)
14.4
4 3/8" (111 mm)
2.611(66 mm)
15.0
4 3/8" (111 mm)
2.811 (71 mm)
16.2
4 3/8" (111 mm)
3.011(76 mm)
17.4
4 3/8" (111 mm)
3.2" (81 mm)
18.6
4 3/8" (111 mm)
3.5" (89 mm)
20.5
4 3/8" (111 mm)
3.7" (94 mm)
21.7
4 3/8" (111 mm)
4.0" (102 mm)
23.6
4 3/8" (111 mm)
4.3" (109 mm)
25.4
4 3/8" (111 mm)
4.5" (114 mm)
26.6
4 3/8" (111 mm)
4.6" (117 mm)
27.1
4 3/8" (111 mm)
Other thicknesses available upon request.
" Long Term Thermal Resistance Values provide a
15-year time weighted average in accordance
with CAN/ULC S770.
For optimal roof performance and to prevent
thermal bridging GAF recommends installing two
layers of Polyiso with staggered joints.
We protect what matters most'"
EnergyGuard
Polyiso Insulation
V9
$Ustainability — for more information go to gaf.com/green oNo
■ Manufactured with EPA -compliant blowing agents containing no CFCs or HCFCs; has zero ozone 0I>6n potential
(CDP) and negligible global warming potential (GWP)
■ GREENGUARD Gold
■ Geen Circle Certified for recycled content
■ Potential LEED Credits for Polyiso Use Am
■ Health Product Declaration (HPD)
■ Environmental Product Declaration (EPD) (Industry) O ••A
i yi rr ryarvUr rrvi ry vuru
�+
PROPERTY
TEST Mill
INIMUM VALUES
Compressive Strength (psi (kPa), min)*
D1621
IC I
Grade 2 - 20 psi (138kPa)
Grade 3 - 25 psi (172kPa)
Dimensional Stabllity Change (length + width, max)* *
STM X1
max
Flexural Strength (psi (kPa), min)
AST
si (275kPa)
Tensile Strength (psi (kPa), min)
P' 9
> 500 (24kPa)
Water Absorption (percent by volume, m)A
C209
<1.5%
Water Vapor Permeance (perm, max)
ASTM E96
<1.5 perm (57.5ng/Pa•s•m2)
Service Temperature
-100' to 250°F (-73.3° to 121.1 °C)
Flame Spread t Index
AS UL 723
< 75*
Smoke Developed Index
84 / UL 723
< 200*
— r
" Stated dimensional stability toleranc oard thickness sh II no 'minish by ore n 2% max.
t These numerical ratings are not iriLe%flect ha7�resented e or any other material under actual fire conditions.
Warnings and tions Cj
J
• EnergyGuard' olyis sulatio n-structural, non
load -bearing eri . It is not d igned for direct traffic
usage unl e ately protected.
■ Energy olyiso Insulation should be stored
protecte m the elements. Bundle wrap is not for use
as waterproofing for boards. No more insulation should
be installed than can be completely covered with
roofing on the same day.
■ As unprotected polyisocyanu rate will burn, fire safety
precautions should be observed wherever insulation
products are used.
Visit gaf.com
■ Direct mopping of modified bitumen roofing or built-up
roofing (BUR) to EnergyGuardTM Polyiso Insulation is not
approved.
■ Refer to PIMA Technical Bulletin No. 109 Storage and
Handling Recommendations for Polyiso Roof Insulation
at www.polylso.org
■ Refer to the application specifications in the
current membrane manufacturer's application and
specifications manual for proper installation procedures.
We protect what matters most'"
N
n
O
W
H
0
U
xs
N
O
0
EvERGuaRv
TPO
Why TPO
• Great Value —Excellent performance at a
MEMBRANE cost-effective price
• Excellent Seam Strength —Heat -welded seams
provide greater seam strength to taped and
other seams
• Long-term Weathering —Excellent long-term
heat and UV resistance
• Energy Saving —Highly reflective and emis-
sive white roof can help reduce energy costs
and urban heat island effect
• CREST Energy Savings Calculator ee your
potential savings at cool.gpf�
• Versatile Application Mete /�
Why GAF EverC�i rd® P�
V
�IIQtI
verGuard° 1
I
• Outperforms stan� O in ly��ng _ 'I
and UV tests-
performan
- After
(135° o
showe no c
competitors'
- UV tesiiw-
• rAges are
using
''��
� mbra��Wrl�ta6
;5
0 mil Membrane is suitable
ngle-ply systems:
)�
cally Attached Application ... for a
and cost-effective system that can be
�d &ctically year-round.
_, P% • Easier due to: V rield fabrication of I ru accessories is time -con-
•`I� - 10N(3.05 m) wide sheets
v/
Quality You Can
Trust... From
North America's
Largest Roofing
Manufacturer!'"
gaf. com
EVERGUARO
TPO Competitor A
Competitor B Competitor
suming, costly, inconsistent, and can lead to
unreliable details that compromise a watertight
roofing system. EverGuard° TPO prefabricated
accessories deliver consistent quality and elim-
inate the worry and problems often associated
with field fabrication. They can also boost pro-
ductivity up to 200%,**while reducing installed
cost by up to 12%.
'See applicable guarantee for complete coverage and
restrictions.
""Based on GAF estimate to field -fabricate flashing details.
�1
n
S�rl
California
Title 24 F M
Compliant
APPROVED
U.S. only
G�pSSIFjFo
OL
�
TPO membranes meet the
performance requirements
of ICC ER-6030
EverGuard° TPO 60 mil Membrane
Applicable Standards
UL Listed, FM Approved, Miami -Dade County Product Control Approved, State of Florida Approved, CRRC Rated, Title 24
Compliant`, ENERGY STAR°Certified-, ASTM D6878.
EverGuardo
Ph sicall Properties IJEWASTM Test Method ASTM D6878 Minimum y Typical Test Data
1 . Certain data is provided in MD (machine direction) x CMD (cross machine direction) format.
2. Data is based upon typical product performance, and is subject to normal manufacturing tolerance and variance.
Nominal Thickness
ASTM D751
0.039" (min.) (0.99 mm)
0.060" (1.52
Breaking Strength
ASTM D751 Grab Method
220 Ibf/in. (38.5 kn/m)
305 Ibf x 2 4 x 432 kg/m)
Factory Seam Strength
ASTM D751
66 Ibf (98.34 kg/m)
135 f rane failure) (201.1 kg/m)
Elongation at Break
ASTM, D751
15%
3
Heat Aging
ASTM D573
90% Retention of Breaking Strength 4W
and Elongation at Break
0 %
Tear Strength
ASTM D751 8" x 8" (203 x 203 mm) Sample
55 Ibf (81.95 kg/m)
75 Ibf x 130 Ibf (1 1 1.8 x 193.7 kg/ml
Puncture Resistance
FTM 101 C Method 2031
Not Established
38 . (172 kg)
Cold Brittleness
ASTM D2137
-40°C
Permeance
ASTM E96
ished
Perms
Dimensional Change
ASTM D1204 @158-F (70"C), 6 hrs.
+/-
4%
Water Absorption
ASTM D471 @158"F (70°C), 1 week •
-3.0% (top co- g only)
0.7%
Hydrostatic Resistance
ASTM D751 Method D
Not Esta
430 psi
Ozone Resistance
ASTM D1 149
"�o v i erioration @ x
n
No visible deterioration @ 7 x
magnification
SRI (Solar Reflectance Index)
Initial/Aged
N/A
•
4/81
83 Aged Title 24
Reflectivity (white) Initial/Aged
ASTM C 1549
ASTM E903
N/A
N/^
0.76/0.68
81.9% Reflectance
Emissivity (white) Initial/Aged
ASTM C1371
ASTM E403 rN
N
/A
0.90/0.83
0.94
Weather Resistance
ASTM G 155/D6878
0 KJ/w m nm
>25,000 KJ/(m' nm) at 340 nm
Heat Aging
ASTM D573 ew
0°F (1 1 Iff4kMweeks
60 weeks
Thickness Above Scrim ASTM D7,' Q on Nk or Mi 3 o Thickness 22.1 mil (Nominal)
Guarantee
Up to 25 years •1
� � J
*White, Energy Gray, and Ener nv Mem(b� nly�` I
Product Data n��
* *ENERGY STAR®only valid in the U.S.
30.5 m)
(500 sq. ft. [46.5 sq.m])
�
(1.83
7ft,55
(60074 sq.m])
(2.44 x 30.5 m)
(800 sq. ft. [74.3 sq.m])
,0
(3.05 x 30.5 m)
(1,000 sq. ft. [92.9 sq.m])
002x
(3.65 x 30.5 m)
(1,200 sq. ft. [111.484 sq.m])
162 lb. (73.5 kg)
194.4 lb. (88.2 kg)
257 lb. (1 17 kg)
322 lb. (146.1 kg)
386.4 Ib. (175.3 kg)
White, Tan, Gray
Store rolls on their sides on pallets or shelving in a dry area.
• Membrane rolls are heavy. Position and install by at least two people.
Note: Membrane rolls shipped horizontally on pallets, stacked pyramid -style and banded. Product sizes, dimensions, and widths are nominal values
and are subject to normal manufacturing/packaging tolerance and variation.
RhinoBond® is a registered trademark of OMG.
Quality You Can Trust...
From North America's
Largest Rooting Manufacturer!-
@2018 GAF 6/18 • #342
gaf, com
Guard
S/NGLE-PLY ROOF/NG SYSTEMS
Description
EverGuard° 1 121 Bonding Adhesive
is a contact -type bonding adhesive
specially designed for bonding TPO
single -ply roofing membranes and
flashings to various roofing substrates.
EverGuard° 1 121 Bonding Adhesive
is a general purpose rubber -based
bonding adhesive for attaching
TPO-based single -ply membranes
to various substrates, including
polyisocya n u rate insulation and
gypsum -based cover boards.
' O
**
,Q
V
1 Bond
hesive
\CO
Features and Benefits ,
• Excellent coverage up to 0 sq
per gallon of bonded m ye
• Fast -drying solvent s
• Easy application oller
or brush
• Spray appalso
• High in
Physical Pro lties
Base: S t et' of
Solvent: ocor
Fla Point: 0°F 1
ing
Gallo • 4 bs� I
C ellow Ordering Information
c sity: � - 2,7�
overa !-70 sq. f Ilon Item Number: 778000M
Tot s: 25 % +/- 2.5
Voc: 1 1 grams/liter
Shelf ife: 1 year, unopened
Open Time: Up to 60 minutes
Dry Time: 5 — 15 minutes
Application: Roller, brush, or spray
Packaging: 5 gallon pails
Weight: 37 Ibs/pail
Shipping: 45 pails per pallet
gaf, com I
©2016 GAF • 7/16 • #468 • 1 Campus Drive • Parsippany, NJ 07054
COME 142
Description:
EverGuard° TPO Quick Spray Adhesive
is a sprayable, solvent -based contact
adhesive useful for bonding smooth
EverGuard° and EverGuard Extreme®
TPO membranes to various substrates.
Features and Benefits:
Is Faster installation than traditional
bonding adhesive
■ High initial tack
Application:
■ Substrate should b�j
and free from o l,i
TPO QUICK SPHAV
ADHESIVE
7792
dry, lean,
fie, and
*m r C
ay,
the su
Iderside
R
o a cky fee
bane to s�b�
■ Shelf life-2 years from the date 1'Appyj/at an a o rTrtemper �iSJf'
of manufacture \ 2y'F (-6.7 ) r1�IMC7bov T ders
dust be a ove 2$ ) for
other contam
■ For TPO m e
811- 12" -3C
adhes Iniformly,
an r mema�
■ s rl er f r
ly to(th,.MrSstrc
AllowmSde to d
the pr iduc o spray ope y. Utilize
po ted k�l Ind hot
b hen s y nsure that
to er er as stay below
�° F (65.6°
✓✓✓ Apply pressure with a push
broom or wei hted roller to ensure
g
• a► complete bonding
To clean Hose & Gun Kit, attach hose
and gun to EverGuard° Quick Spray
or EverGuard° Quick Spray LV50
Cleaning Kit and run cleaner through
hose and gun for approximately 10 -15
seconds. Each cleaner canister should
get approximately 9 -10 cleanings for
the 10 square size.
Zj- Visit gaf.com/QuickSpray
ProMTP20Quick
etails:
Ev Spray Adhesive
806 - 3 squares -13.65 lb. (6.2 kg)
KU 7792 - 10 squares - 40.15 lb. (18.2 kg)
VOC: 489 g/L
■ Installation Temperature: 20°F (-6.7°C)
a rising
j e rSKU-7802
■ Gun SKU: 7804 or 7805
e Splitter: 7826
■ 5' Hose: 7825
Coverage rates and flash time may vary in
colder temperatures.
Codes & Standards:
■ UL Classified: Refer to UL
Online Certification
��PSSfF/�c�
Directory for actual
`
O
assemblies.
■ State of Florida Approved
FM
APPROVED
0
0
For additional information, contact Design Services
at 1-877-423-7663 or designservices@gaf.com We protect what matters most" o
DRILLmTEC"
#12 FASTENER
Description
Drill-TecT" #12 Fastener is designed to
secure insulation to steel (18 ga. - 24 ga.)
and wood. It is available in lengths from
1-5/8" - 8" (41.3 mm - 203 mm). The Drill-
Tec'M Standard #12 Roofing Fastener is
Factory Mutual and Miami -Dade County
Product Control approved.
Application
The Drill-TecT" #12 Fastener must pen-
etrate steel decks a minimum of 3/4" (19.1
mm), wood plank decks a minimum of
1" (25.4 mm), and'/2" (12.7 mm) through
the underside for plywood decks. Using
a screw gun, drive the fastener until the
screw head is seated securely; with very
(5.58 mm). The fastener must have 12.5
buttress threads per inch (per 25.4 mm) and
a 300 drill point. Also, the fastener must be
heat treated per specification OMG-1. The
Drill-TeCTI #12 Fastener will be used with a
Factory Mutual -approved, Drill-Tec'" Round
Pressure Plate or Pressure Bar.The astener
must be Factory Mutual approved.
Coating Requirement
The fastener will be coated
Drill-Tec'M CR-10 corrosio Pntcoat-
ing. When subjected*dst
sternich
cycles (DIN 50018ner must
show less than 15°o and surpass
Factory Mutual jppro Standard 4470.
rigid insulation boards, watch for the plate Note: ASAF9 ered trademark ofOMG.
to dimple.
Note: Be careful not to overdriv, he Froj�-! Data
fastener and fracture the skin of -
la- tion. Fastener must be tight en gh ad iamete " (5.58 mm)
so that the plate doesn'ttur Head Diam r
For steel decks, Factor to equires Truss He 435" (11.04 mm)
that the fastener penet % deck at
top flute. 96-Hex a .390" (9.91 mm)
To speed install t fast ♦ "010 \i 6-V
3 Phillips Truss Head`
available as a I is ving a d yle ♦4" (6.35 mm) Hex Head"
screw and t We Drill-T A °3S. Code A (Dating R-10
3 illips r Hex Head drive included in
M IAMIDAOE.", eac cket.
APPROVED
Advantage 12 lb
• Heavi r a threa �n ters tha A" (41.3mm) Full 1,000 (5.44 kg)
mo t d" ro i teners. 2 1/4" (57.1 mm) Full 1,000 15 lbg
• De bu ress t a gh py�l-� (7,71 k )
resis e. \�r 24lb
Extra sharp drill po for quic inst 3" (76 mm) Full 1,000 (10.89 kg)
A in ne roof ap s. 4" (102 mm) 3„ 1,000 28 Ib
vailabl ex Head 3 illips (76 mm) (12.70 kg)
Truss 5" (127 mm) 3 1,000 35 Ib
Plate cessori (76 mm) (15.88 kg)
• Sest
6 mm) stee astic plates, 6" 152 mm 4„ 1,000 40 lb
`ing upon the application. ( ) (102 mm) (18.14 kg)
installation results, use a 7^ (17g mm) 4" 48 lb
variable speed 0-2500 rpm screw gun.
(102 mm) 1,000 (21.77 kg)
♦ c1. 8" (203 mm) (102 mm) 1,000 (2268bkg)
Specifications
astener The fastener will be a Drill-TecT" #12 Note: All sizes are nominal.
Fastener with a thread diameter of .220"
1. If applicable, determine thickness of existing roofing material.
2. Add thickness of new insulation.
3. Add 3/4" (19.1 mm) minimum fastener penetration.
4. If odd size requirement, always size up in length, not down. See example below.
Example Use this format to calculate correct fastener size:
Existing Roofing: 1 3/4" (44.4 mm) Existing Roof:
New Insulation: + 1/2" (12.7 mm) New Insulation: +
Min. Embedment: + 3/4' (19.1 mm) Min. Embedment: + 3/4" (19.1 mm)
Total Fastening Range: = 3" (76 mm) Total Fastening Range: _
The proper #12 Fastener The proper #12 Fastener is:
for the example is 3 1/4" (82.6 mm).
©2017 GAF 7117 gaf.com • 1-800-ROOF-411
Drill-Tec'M
Steel Plates
0
Drill -Ted" 2" (51 mm)
Steel Wall Plate
0
Drill-Tec'" 2" (51 mm)
Double -Barbed XHD Plate
40
Drill-Tec" 2" (51 mm)
GypTec® Plate
(a
Drill-Tec" 2 %" (60.3 mm)
Barbed XHD Plate
r�
Pr Product Data
Application Diameter Packaging Weight
Drill-Tec" 2" Membrane 2" 29 lb.
Steel Wall Plate (Wall/Penetration (51 mm) 1,000/Box (13.15 kg)
Only)
2" Barbed Plate Membrane
DRILL=TECTM
STEED AND PLASTIC PLATES
Description
Drill-Tec'" Steel Plates are made
of Galvalume° coated steel. The
round design provides an even
distribution of loads and eliminates
sharp corners that can damage the
insulation or membrane. Drill-Tec'"
2 3/8" (60.3 mm) and 2 3/4" (69.9 mm)
Plates should be used for single -
ply membranes for lap and seam
attachments. Drill-TecT" 3" (76 mm)
Plates should be used for insula-
tion and cover board attachment.
These plates are designed to be C used with Drill-Tec Fasteners. 23/8" Barbed - 3/T 1,000/
XHD Plate Membrane 0.3 mm) Bucket
29 lb.
(13.15 kg)
33 lb.
(14.97 kg)
24 lb.
(10.89 kg)
45 lb.
(20.41 kg)
Code Approvals 2 3/4" Barbed 2 3/4" 500/ 37 lb.
SXHD Plate M r
FM (6mm) Bucket (16.78 kg)
MIAMIDADE COUNTY 3 Steel -�
APPROVED I 37 lb.
Q(GalPla lation mm) 1,000/Box (16.78 kg)
. II Plate
• 3 LD Plate Insulate ` (76 mm) 500/Box 19 (8.62 lb.
kg)
Physical Data
Drill-TecT" 2" (51 m t all P
Application: Atta e verGuar m rane t all a around penetrations such as pipes
n@le chan for e mbran am plates in the field of the roof.)
Fastener: - ec'" #14 CD-10 rs •
Drill-TecTM ( mm) Do rbed X P to `
Applic ttaches er and°me to the S�-Fasteners
e
Fa r. rill- HD, ners, a
Drill 51 IT ® e�
( p
Appli tion: Ever rd° embran um and Tectum decks
Fastener: rl ec- Pol ypTec° Fa
Drill-TecTM 0.3 mm ar ed XHD Rite
Appli r ttaches v ard@ me a to the substrate
Fast er: I Dril6OftM XHD_#1 ers and CD-10 Fasteners
2" Double -
Barbed XHD Membrane
Plate
2" GypTec® Plate Membrane
2"
1, 000/
(51 mm)
ucket
2"
0/
(51 mph
ucket
1,000/Box
® Drill-Tdtw'2 3/a" (6 BauAr d�(YD Plate
plication: ach EverGu d° membrane to the substrate
Drill-Tec"" 2 3/a" (69.8 mm) Amer- '� eCTM #1 15 SXHD (#21) Fasteners and CD-10 Fasteners
Barbed XHD Plate ill-TecT"ma mm) • I1alume0) Plate (Recessed)
V _Applic . ttach in ion to the substrate
Fasten Drill-Te .M S ndard #12 Fasteners, #14 Fasteners, and #15 CD-10 Fasteners
Dr<Tk% 3" (76 mm) 1 bed (Galvalume®) Plate (Flat)
Drill-Tec'" T (76 mm) Ribbed
(Galvalume®) Plate (Flat)
Drill-TecT"
Plastic Locking Plate
AFgIsation: Attaches insulation to the substrate
Fas7ner: Drill-TecT" Standard #12 Fasteners, #14 Fasteners, and #15 CD-10 Fasteners
drill-TecT"3" (76 mm) LD (Lite-Deck) Plate
Application: Attaches insulation to gypsum, Tectum, and lightweight concrete decks
Fastener: Drill-Tec'" LD Fastener
Description
Drill-Tec'" 3" (76 mm) Plastic Locking Plate should
be used when fastening insulation. All Drill-Tec'"
Plates are round and designed to be used with
Drill-TecT" Fasteners.
Code Approvals
FMMIAI
APPROVED
Physical Data
Drill-TecT"3" (76 mm) Plastic Locking Plate
Application: Attaches insulation to the substrate.
Fastener: Drill-Tec'M #12, #14 Fastener.
Note: GypTec° is a registered trademark of OMG.
3" (76 mm) 3 1/16" 1,000 25 lb.
Plastic (80 mm) (11.34 kg)
Locking
Plate
©2022 GAF • COMDT235-PDF-0822 gaf.com • 1-877-GAF-ROOF
OWNER OF BUILDING
NAME OF BUILDING
ADDRESS OF BUILDING
AREA OF ROOF (SQUARES)
APPLIED BY
GUARANTEE NUMBER
PERIOD OF COVERAGE
DATE OF COMPLETION
GUARANTEE EXPIRATION DATE
ROOF SPECIFICATION
THE GUARANTEE/SOLE AND EXCLUSIVE REMEDY
GAF guarantees to you, the owner of the building described above, that GAF will provide "Edge To Edge" protection by repairing leaks through the GAF roofi brane, liquid -applied
membrane or coating, base flashing, high wall waterproofing flashing, insulation, expansion joint covers, preflashed accessories, and metal (lashings use e ontractor of record
that were designed and installed in accordance with an appropriate ES-1 certified edge detail (the "GAF Roofing Materials') resulting from a manufac ct, ordinary wear and
tear, or workmanship in applying the GAF Roofing Materials. There is no dollar limit on covered repairs. Leaks caused by any non -GAF materials, s roof deck or non -GAF
insulation, are not covered.
GUARANTEE PERIOD
This guarantee ends on the expiration date listed above. NOTE: Lexsuco® flashings are covered by this guarantee ONLY for the first ten y
OWNER RESPONSIBILITIES
Notification of Leaks
In the event of a leak through the GAF Roofing Materials, you MUST make sure that GAF is notified directly about the leak, in ing hin 30 d either online at
leakreporting.gaf.com, by email at guaranteeleak@gaf.com, or by postal mail to GAF Warranty Claims Department, 1 Ca , Parsippae 54, or GAF will
have no responsibility for making repairs. NOTE: The roofing contractor is NOT an agent of GA otice to the roofi t s NOT notic GGAF*
By notifying GAF, you authorize GAF to investigate the cause of the leak. If the investigation rev the leak is d by this gu you agree to pay an investigation cost
of $500. This guarantee will be cancelled if you fail to pay this cost within 30 days of rec� invoice for it
Preventative Maintenance and Repairs •
A. You must perform regular inspections and maintenance and keep records of ihi
B. To keep this guarantee in effect, you must repair any conditions in the buildin tru or roofing to at are not d y this guarantee but that GAF concludes may be
threatening the integrity of the GAF Roofing Materials. Any such repairs m t� permed by a fled roofing ntr . Failure to make timely repairs may jeopardize
guarantee coverage. `
C. You may make temporary repairs to minimize damage to the buildin ntents in ae cy, at yo x se: These�>S,
will not result in cancellation of the
guarantee as long as they are reasonable and customary and do Jin perman a e to the G I aterials.
D. Any equipment or material that impedes any inspection or rep ' mu bie removed r pense so th GA perfo e repairs.
EXCLUSIONS FROM COVERAGE �se
(e.g., items that are not "ordinary wear and tear" o the con A This guarantee does NOT cover conditions other than le s g rante 0 NOTcovelby any the (lowing:
1. Inadequate roof maintenance, that is, the failure to follow the Sched tenance no mated to, ex(s k rease or oil; (e) the failure of wood nailers to remain
Checklists provided with this guarantee (extra copies available by rantee attached to t1t L (f) moisture migration from the building interior or any
Services at 1-877-GAF-ROOF) or the failure to repair owner res i ems. uilding cor%ponq�lt other than the GAF Roofing Materials; (g) use of materials that
2. Unusual weather conditions or natural disasters includi , utnited to, wir�sl are inco�tlpatibl�Rr�ith the GAF Roofing Materials; or (h) architectural, engineering,
in excess of 55 miles per hour, hail, floods, hurricanes ightni , tornad9999 �, �v or d �cts or flaws.
earthquakes, unless specifically covered by an addend is guara any nature on the roof unless using GAF walkways applied in accordance with
3. Impact of foreign objects or physical damag sed by any intentio al or ligent lashed application instructions.
acts, accidents, misuse, abuse, or the like. •� � Blisters in the GAF Roofing Materials that have not resulted in leaks.
4. Damage to the roof constructed of the G Roo Materials • Changes in the use of the building or any repairs, installation of any overburden,
(a) movement, cracking, or other failure o ne Iloof deck or i b) impr er ` modifications, or additions to the GAF Roofing Materials after the roof is completed,
installation or failure of any non- insAtion or materi ondensafior� unless prior written approval is obtained from GAF.
or infiltration of moisture thro o nd the walls, building 8. Exposure to sustained high -temperature conditions; however, for systems utilizing
structure, or surrounding m era Is t wher hag all AF waterproofing EverGuard Extreme® TPO membrane, exposure in excess of 195°F.
flashings are installed; (d) c e c attack on one, including, but
No representative, emplo Ora nt of GAF, or other person, has the authority to assume any additional or other liability or responsibility for GAF, unless it is in writing and
signed by an autho*ed A 'eld Services Manage r Director. GAF does not practice engineering or architecture. Neither the issuance of this guarantee, nor any review of the
roof constructe h ofing Materials (or the plans for the roof), by GAF shall constitute any warranty of such plans, specifications or construction, or the suitability or code
compliance o e Ping Materials for any particular structure. NOTE: Any inspections made by GAF are limited to a surface inspection only, are for the sole benefit of GAF,
and do not con fe waiver or extension of any of the terms and conditions of this guarantee.
This guarantee MA BE SUSPENDED OR CANCELLED IF THE ROOF IS DAMAGED BY any cause listed above as AN EXCLUSION FROM COVERAGE that may affect the integrity or
watertightness of the roof.
TRANSFERABILITY
You may transfer or assign this guarantee to a subsequent owner of this building for the remaining term only if: 1) the request is in writing to GAF at the address listed below within 60
days after ownership transfer; 2) you make any repairs to the GAF Roofing Materials or other roofing or building components that are identified by GAF after an inspection as necessary
to preserve the integrity of the GAF Roofing Materials; and 3) you pay an assignment fee of $500. This guarantee is NOT otherwise transferable or assignable by contract or operation of
law, either directly or indirectly.
LIMITATION OF DAMAGES; MEDIATION; JURISDICTION; CHOICE OF LAW
THIS GUARANTEE IS EXPRESSLY IN LIEU OF ANY OTHER GUARANTEES OR WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A
PARTICULAR PURPOSE, and of any other obligations or liability of GAF, whether any claim against it is based upon negligence, breach of warranty, or any other theory. In NO event shall
GAF be liable for any CONSEQUENTIAL OR INCIDENTAL DAMAGES of any kind, including, but not limited to, interior or exterior damages and/or mold growth.
The parties agree that, as a condition precedent to litigation, any controversy or claim relating to this guarantee shall be first submitted to mediation before a mutually acceptable
mediator unless GAF, at its sole option, elects to waive said requirement. In the event that mediation is unsuccessful, or is waived by GAF, the parties agree that neither one will
commence or prosecute any lawsuit or proceedings other than before the appropriate state or federal court in the State of New Jersey. This guarantee shall be governed by the laws of
the State of New Jersey, without regard to principles of conflicts of laws. Each party irrevocably consents to the jurisdiction and venue of the above identified courts.
NOTE: GAF shall have no obligation under this guarantee unless and until all bills for installation and supplies have been paid in full to the roofing contractor and materials suppliers,
and the guarantee charge has been paid to GAF.
By:
Authorized Signature
GAF
1 CAMPUS DRIVE
PARSIPPANY, NJ 07054
Visit gaf.com ©2021 GAF 9/21 • #242 • COMTS700 We protect what matters most'"
Attachment D
Project:
Advancement
of Construction
Technology
Rock Street Annex Roof Replacement
To: Amanda Beilfuss- City of Fayetteville
Re: Substitution for roofing
SUBSTITt1TION
REQUEST
Dunn; the Bidding Phase)
Substitution Request Number.- 01 /24
From -
Walco
Date: 01 /03/24
A/E Project Number:
Contract For: Thermal and Moisture Protection
Specification Title- Thermoplastic Membrane Roofing Description: TPO
Section_ 075400
11�jo - 3 Article,, Paragraph: 2.01 A
Proposed Substitution: VERSIWELD 60MIL TPO
Manufacturer:
Trade Name:
Address_
Phone:
Model No.:
Attached data includes product descrNet
1011, spec drawings,photographs, and formance and test data adequate for evaluation
pp � g�q
of the request; applicable portions of data are clearly identified. .
Attached data also includes a description of changes to the Contract Document!& at the proposed substitution will require for its proper
installation. �G e
The Undersigned certifies: U . IV. GW
• Proposed substitution has been fully investigated and de in b superior in all respects to specified product.
• Same warranty will be furnished for proposed substi n r iep oduct.
• Same maintenance service and source of replacement pa,s lic��, is available.
• Proposed
substitution
will have no adverse effect
on Wr s ill not affect or delay progress schedule.
• Proposed
substitution
does not affect dimensions
f �funr ion *Jearances.
• Payment will be made for changes to buil de ding A/E design, detailing, and construction costs caused by the
substitution. ry
P
Submitted by: K..z5� n�L
61
Signed by: Kenneth Kay
F:1rm: Walco
Address : 201 NW 63rd St, suite 225, OKC, OK 73116
Telephone- 405-810-0111
A/E's REVIEW AND ACTION
❑ Substitution approved - Make submittals in accordance with Specification Section 01330.
❑ Substitution approved as noted - Make submittals in accordance with Specification Section 01330.
❑ Substitution rejected - Use specified materials.
❑ � < i bstitution Request received too late - Use specified materials.
Signed by:
Supporting Data Attached- [:] Drawings
El Product Data El Samples
[:] Tests
Date:
❑ Reports
C.Copyright 1996, Construction Specifications Institute, Page of September 1996
99 Canal Center Plaza, Suite 300 Alexandria, VA 22314 CSI Form 1.5C
T E C H N I C
VERSIWELD® TPO REINFORCED MEMBRANE
VersiWeld special color HS TPO membranes are available
in limited sizes.
Versico's tan and white TPO membrane re ENERGY
STAR°'` -qualified and California Title 2 liant and
can contribute toward LEED® (Lea n Energy and
Environmental Design) credits.
Labor Saving Fea s and Benefits:
Optional APE Rrotective Film
Versico's Ver PO red
�membr e 's ilable EEL LU
rotecti I , savin and $ N
Overview ` labor by inati t need for roof S 1
cleanAg upon completion. p
co's innov PEEL Protective 0°
Versico's VersiWeld TPO reinforced membrane is a pre id an beet place for up to
heat -weldable, single -ply thermoplastic polyolefin • N da saffe g the integrity
sheet designed for new roof construction and re g �� of the ar affliq Ph membrane's
applications. VersiWeld High Slope (HS) mem [�, surf m sc in accumulation during
formulated with additional flame retardant f h her- V i on. D and easy to remove, APEEL
slope fire code approvals. VersiWeld Plus s thic
significantly higher strength and wea Y. ti e i oves aesthetics and long-term
ctivity n is ideal for re -roofing, re-cover, and
VersiWeld TPO membranes use advar ed pol ion ew co on projects.
technology that combines the flexibility of et -
propylene (EP) rubber with the heat weld of O
polypropylene. All VersiWeld TPO me a ncluden F s and Benefits
OctaGuard XT'", an industry -leading, at of-th aNW
weathering package. OctaGuard XT to nolog a es
VersiWeld TPO to withstand th eeer,r� e weat rab ity _ `. Outstanding puncture resistance
testing intended to simulate p s e'to se mate�sv
J► Excellent fire resistant assemblies
Physical properties of the me ane ar nce `
a strong polyester fabr is enca Xdivcl betw n Environmentally friendly and stable formulation
the TPO-based top%was
�om pliA. r%( combinatio • Excellent resistance to impact and low temperature
of the fabric and Ts prov e 1gh breaking and
tearing strength, s excel nit puncture resistance. Excellent chemical resistance to acids, bases and
The relativel o surface oft membrane produces restaurant exhaust emissions
a total su slon weld that results in consistent, UL 2218 Class 4 hail rating
water , olithic roof assembly. The membrane is Exceptional resistance to heat, solar UV, ozone
environmen ly friendly and safe to install, and oxidation
VersiWeld TPO Standard and HS membranes are
available in highly reflective white, tan and gray, in both
45-mil and 60-mil. 80-mil VersiWeld Plus is also offered
in white, gray and tan colors. Special Color VersiWeld
HS TPO membranes are also available (see Versico TPO
Color Palette brochure). Versico's TPO is offered in 4- and
6-ft perimeter sheets and 8-, 10- and 12-ft field sheets.
`-'
VERSICO
ROOFING SYSTEMS
• Manufactured using a hot -melt extrusion process
for complete scrim encapsulation
• 100% recyclable (refer to Versico's Recyclability
Statement)
• Enhanced with the OctaGuard XT weathering package
A SINGLE SOURCE FOR SINGLE -PLY ROOFING
Versico, PO Box 1289, Carlisle, PA 17013
Tel: 800.992.7663 Fax: 717.960.4036 Web: www.versico.com
• APEEL Protective Film guards the TPO membrane's
surface from scuffs and dirt accumulation during
installation, improving the roof system's appearance
and long-term performance
that do not require heat -welding, the APEEL Protective
Film can be left in place for up to 90 days. When the
installation of the entire TPO roofing system is complete,
remove and discard the APEEL Protective Film.
• APEEL Protective Film can be left in place for up to 3. The Versico Mechanically Attached Roof System
90 days without degrading due to its excellent heat- installation starts by fastening the insulation with
and UV -resistance a minimum of 4 fasteners per 4' by 8' board. The
membrane is mechanically fastene to the deck
DOOCTFRGURRO XT_ using HPVX Fasteners and HPVX PI HPV-XL
WEATHERING PACKAGE R Fasteners and HPV-XL Plates. A sheets of
membrane are overlappedVhminimum
e fasteners and
plates and joined togeth 11h"-wide
Installation (4 cm) hot-air weld.
4. The Versico Fully Ahereofing System installation
1. VersiWeld TPO roofing systems are quick to install, as begins by fasteni e Insulation at the required
minimal labor and few components are required. TPO density necessarrh eet t e appropriate warranty
systems are installed using an automatic heat welder, or wind load r Nonent. T ubstrate and
making sheet welding fast, clean, consistent, and membra ate" w' appropriate VersiWeld
easy to learn, while reducing strain on the roofing O bo hesive e membrane is rolled
technician. into plac
2. APEEL Protective Film should be removed from with' +FOR
REVIEW CARENT VIER PECIFICATIONS AND DETAILS
areas that are to be heat welded together. In are QVIL-IFIC INSTN REQUIREMENTS.
TYPICA ERTIE HAR Ai6TICS•
Physical Property D6878 Re u 45- - ` 80-mil
Tolerance on nominal thickness, % 5, - 0 ± 1 t 10
ASTM D751 test method
Thickness over scrim, in. (mm) 0.015 mi 0.018 typ �24 typ 0.034 typ
ASTM D7635 optical method, (0.30.457) (0.610) (0.864)
average of 3 areas
Breaking strength, Ibf (M) N) min 225 1. i 250 (1.1) min 350 (1.6) min
ASTM D751 grab method 32 360 (1.6) typ 425 (1.9) typ
Elongation break of reinforcement, % min 7mW,01 15 min 15 min
ASTM D751 grab method ` p 25 typ 25 typ
Tearing strength, Ibf (N) 55 (245) m ` 245) min 55 (245) min 55 (245) min
ASTM D751 proc. B 8 in. x In t 30 (578) typ 130 (578) typ 130 (578) typ
Brittleness point, °F (° -4 ax -40 (-40) max -40 (-40) max -40 (-40) max
ASTM D2137 A- -50 (-46) typ -50 (-46) typ -50 (-46) typ
Linear dimensional cha ax ± 1 max ± 1 max ± 1 max
ASTOzone
101204, ejitcrack
7 0.2 typ 0.2 typ 0.2 typ
Ozone Re istanc , n cracks 7X . /� PASS PASS PASS PASS
ASTM 1 49, 10 m, 16 rs
W2brrbsor I resistance, a ± 3.0 max ± 3.0 max ± 3.0 max ± 3.0 max
AS471 t surface only 0.9 typ 0.9 typ 0.9 typ
6 at 158°F water
11:;�NN earn strength, Ibf (N) 66 (290) min 66 (290) min 66 (290) min 66 (290) min
D751 grab method
seam strength, Ibf/in (kN/m) No requirement 25 (4.4) min 25 (4.4) min 40 (7.0) min
ASTM D1876 tested in peel 50 (8.8) typ 60 (10.5) typ 70 (12.3) typ
Water vapor permeance, Perms No requirement 0.10 max 0.10 max 0.10 max
ASTM E96 proc. B 0.05 typ 0.05 typ 0.05 typ
Puncture resistance, Ibf (M) No requirement 250 (1.1) min 300 (1.3) min 400 (1.8) min
FTM 101C, method 2031 325 (1.4) typ 350 (1.6) typ 450 (2.0) typ
(see supplemental section)
Properties after heat aging
ASTM D573, 32 weeks @ 240°F
or weeks @ 275°F PASS PASS PASS PASS
No cracking when bent around 3" No cracking No cracking No cracking No cracking
diameter mandrel ± 1.5 max 1.0 max 1.0 max 1.0 max
Weight change, %
Typical Weights 0.23 (1.1) 0.29 (1.4) 0.40 (2.0)
Typical properties and characteristics are based on samples tested and are not guaranteed for all samples of this product. This data and information
is intended as a guide and does not reflect the specification range for any particular property of this product.
Precautions
1. Sunglasses that filter out ultraviolet light are strongly
recommended as tan and white surfaces are
highly reflective. Roofing technicians should dress
appropriately and wear sunscreen.
2. Surfaces may become slippery due to frost and ice
buildup. Exercise caution during cold conditions to
prevent falls.
3. Care must be exercised when working close to a roof
edge when surrounding area is snow-covered as the
roof edge may not be clearly visible.
4. Use proper stacking procedures to ensure sufficient
stability of the rolls.
5. Exercise caution when walking on wet membrane.
Membranes may be slippery when wet.
Extreme Testing for Severe Climates
ASTM Standard D6878 is the material specification
for Thermoplastic Polyolefin-Based Sheet Roofing. It
covers material property requirements for TPO roof
sheeting and includes initial and aged properties
after heat and xenon -arc exposure. As tated in the
scope of the standard, "the tests and p erty limits
used to characterize the sheet are va i ended
to ensure minimum quality for the i d purpose."
Versico's goal is to produce TPO elivers maximum
performance for the inten "Ili
ose of roofing
membranes. Maximum p ce requires the
membrane to far excee th quirements of ASTM
D6878. �
Heat Aging acceler tee oxi(*Lion rate that roughly
doubles for eac 0°C) i e in roof membrane
eratur i on (re n Ith oxygen) is one
6. Store membrane in the original undisturbed rtEb prima c mical Qtion mechanisms of
plastic wrap in a cool, shaded area and cover the g materi s.
light-colored, breathable, waterproof tarpaulins. ♦`�
Membrane that has been exposed to the weathe� RSICO E>�# E TESTING - HEAT AGING
must be prepared with Weathered Membranev/
Cleaner prior to hot-air welding. ♦ ASTM Requirement VersiWeld Requirement
EST 4 weeks' >128 weeks
7. Take care not to stand or place heavy obje n the
eat exposur a to 3,120 e s ears) at 185°F for 8 hours/day.
edge of folded -over membrane, as this ause
hard crease in the membrane. T� im in i b" piece of 45-mil membrane
8. Maximum sustained temperature xcee vfcked, ce in a circulating hot-air oven.
(71 °C) for TPO membrane.
• Criterio Bible cracks after bending aged test
9. Do not use razor blades or other sharp toothe speci ound 3"-diameter mandrel.
APEEL Protective Film while it is still adhe 1s the TPO O Q-Tra combines accelerated weathering
membrane as damage to the and in embran© witW orld conditions using an array of ten mirrors
may occur. Pull the protective film a from t and concentrate full spectrum sunlight
membrane prior to cutting. oi membrane test specimens. The Q-Trac device
10. Remove APEEL Protective Film belling t rd the utomatically tracks the sun's path from morning to night.
center of the roof. Do note+✓ the film Oiling ♦ Iso, it adjusts to compensate for seasonal changes in
toward the roof edge. , e sun's altitude. Eight years in Q-Trac testing is equal
11. A static electric c ay devef ��n remov to 40 years of real -world exposure. Versico requires its
APEEL Protectiv i� thVpducts
f the membrane VersiWeld TPO membranes to pass the equivalent of 40
sheet. To av ' the sibilityTin, lids must years of exposure in the Q-Trac.
be closego flammable and a fire
exting A� d be readily available. VERSICO EXTREME TESTING - O-TRAC� 12. Color ranes will 'fade' over time mainly due ASTM TEST ASTM D6878 REQUIREMENT VersiWeld Requirements
to the u violet portion of sunlight. Since most roof N/A N/A Equivalent of 40 years of exposure
surfaces are exposed to variable sunlight, some areas
will be more susceptible to color changes caused by
UV fading. Warranties for color membranes do not
cover fading of colors.
Environmental Cycling subjects the membrane to
repeated cycles of heat aging, hot-water immersion
and xenon -arc exposure.
ASTM requirement - none
Versico EXTREME test:
LEED INFORMATION
Pre -consumer Recycled Content 10%
Post -consumer Recycled Content 0%
Senatobia, MS
Manufacturing Location Tooele, UT
Carlisle, PA
10 days heat aging at 240OF (116°C) followed by White:99
Solar Reflective Index (SRI)
5 days water immersion at 1580F (70°C) followed by T 86
5,040 kJ/m, (2000 hrs at 0.70 W/m, irradiance)
xenon -arc exposure RADIATIVE PROPER R
ENERGY STAR* A_ED,
'Test specimen is 2.75" by 5.5" piece of membrane with edges sealed. Test Met a TPO Tan TPO Gray TPO
`Criterion - after 3 complete cycles, test specimens shall remain flexible ENERGY STAR Solar Sp 0.79 0.71 N/A tr
and not have any cracking under 10x magnification while wrapped initial solar reflectance Reflectom r
around a 3"-diameter mandrel.
ENERGY STAR initial S ar pectrum 0.70 0.64 N/A
solar reflectance R ter
after 3 years n ned))
Supplemental Approvals, Statements CRRC initial ClI 9 ,39 0.71 0.46
and Characteristics. solar reflectance �I
solar reflec a ASTM C1,�j 0.70 0.64 0.43
r years (uncles
RC initial AS 0.90 0.86 0.89
1. VersiWeld TPO meets or exceeds the requirements (4f thermal emittan##
ASTM D6878 Standard Specification for Thermoplc � CRRCth al C1371 0.86 0.87 0.88
Polyolefin-Based Sheet Roofing. (^�emitteV 3 years ( cleaned)
/� ♦ L al emittance STM E408 0.90 0.86 0.85
2. Radiative properties for ENERGY STAR, Cool RO�t lectanc In ASTM 80 99 86 53
Rating Council (CRRC) and LEED. �l
3, VersiWeld TPO membranes conform to q rements
lar Reflect (SRI) 85 77 48
of the US E.P.A. Toxic Leachate Test ( art 13 3years a
perfor
med b independent I labo
p
4. VersiWeld TPO was tested for dyn is punct R k-COR
IVE PROPERTIES (INITIAL)
resistance per ASTM D5635-04 usln the �ently
SPECIAL COLORS
modified impact head. 45-mil was wat t fter Reflectance Emittance SRI
an impact energy of 12.5 J (9,2 ft-Ibf)-a 0-mil w O Medium z 0.28 0.86 29
watertight after 22.5 J (16.6 ft-lbf). khe -mil Roc6 w 0.25 0.87 26
watertight after an impact energy0 J ( f). e-V 0.38 0.87 42
5. NSF-P151 Certification for ra tss catch nt s stem Terra otta 0.25 0.86 25
�components, ♦ atina Green 0.25 0.88 25
- Plant 91 /White Onl V ` Solar Reflectance Index (SRI) is calculated per ASTM E1980. The SRI is a measure of the
G roof's ability to reject solar heat, as shown by a small temperature rise. It is defined so that
a standard black (reflectance 0.05, emittance 0.90) is 0 and a standard white (reflectance
0.80, emittance 0.90) is 100. Materials with the highest SRI values are the coolest choices
for roofing. Due to the way SRI is defined, particularly hot materials can even take slightly
P negative values and particularly cool materials can even exceed 100.
`\vim
VERSICO TOTAL ROOFING SYSTEM WARRANTY VSW-1
Rev 01/15
Versico, a division of Carlisle Construction Materials Incorporated
(Versico), warrants to the Building Owner (Owner) of the building described
below, that subject to the terms, conditions, and limitations stated in this
warranty, Versico will repair any leak in the Versico Total Roofing System
(Versico Total Roofing System) installed by a Versico Authorized Roofing
Contractor for a period of years commencing with the date of Versico's
acceptance of the Versico Total Roofing System installation. However, in no
event shall Versico's obligations extend beyond years subsequent to the
date of substantial completion of the Versico Total Roofing System. See below
for exact date of warranty expiration.
The Versico Total Roofing System is defined as the following Versico
brand Materials: Membrane, Flashings, Adhesives and Sealants, Insulation,
Cover Boards, Fasteners, Fastener Plates, Fastening Bars, Metal Work,
Insulation Adhesives, and any other Versico brand products utilized in this
installation.
TERMS, CONDITIONS, LIMITATIONS
1. Owner shall provide Versico with written notice via letter, fax or email
within thirty (30) days of the discovery of any leak in the Versico Total Roofing
System. Owner should send written notice of a leak to Versico's Warranty
Services Department at the address set forth at the bottom of this warranty. By
so notifying Versico, the Owner authorizes Versico or its designee to
investigate the cause of the leak. Should the investigation reveal the cause of
the leak to be outside the scope of this Warranty, investigation and repair costs
for this service shall be paid by the Owner.
2. If, upon inspection, Versico determines that the leak is caused by
defects in the Versico Total Roofing System's materials, or workmanship of the
Versico Authorized Roofing Contractor in installing the same, Owner's
remedies and Versico's liability shall be limited to Versico's repair of the leak.
3. This Warranty shall not t
Versico determines that any of the 1
(a) The Versico Total Roofin
including, but not limited to, ligh
tornado, hail, hurricanes, and wind:
higher measured at 10 meters abo%
(b) Loss of integrity of the b
but not limited to partial or complet
doors or other envelope compon
objects, or:
(c) The Versico Total Roofii
negligent acts, accidents, misuse,
like.
(d) Deterioration or failure (
limited to, the roof substrate, wal
metal work, etc., occurs and caus,
Total Roofing System; or
(e) Acids, oils, harmful chem
Versico Total Roofing System an
Versico Total Roofing System.
(f) The Versico Total Roofin(
damaged by condensation resultin
may generate moisture.
P�
OWNER:
BUILDING:
ROOFER:
DATE INSTALLATION COMPLETED:
DATE OF ACCEPTANCE BY VERSICO:
WARRANTY EXPIRATION DATE:
4. This Warranty shall be null and void if any of the following shall occur:
(a) If, after installation of the Versico Total Roofing System by a Versico
Authorized Roofing Contractor, there are any alterations or repairs made on
or through the roof or objects such as, but not limited to, structures, fixtures,
solar panels, wind turbines, roof gardens or utilities are placed upon or
attached to the roof without first obtaining written authorization from Versico;
or
(b) Failure by the Owner to use reasonable care in maintaining the
roof, said maintenance to include, but not be limited to, those items listed on
Versico's Care & Maintenance Information sheet which accompanies this
Warranty.
5. Only Versico brand insulation products are covered by this
warranty. Versico specifically disclaims liability, unde ny theory of law, for
damages sustained by or caused by non-Versico bra tion products.
6. During the term of this Warranty, Versico sh a free access to the
roof during regular business hours.
7. Versico shall have no obligation and t ' panty while any bills for
installation, supplies, services, and warm rg s have not been paid in full
to the Versico Authorized Roofing Cosico, or material suppliers.
8. Versico's failure at any time ce any of the terms or conditions
stated herein shall not be construed to giver of such provision.
9. Versico shall not be r p nsible for the cleanliness or discoloration of
the Versico Total Roofing caused by environmental conditions
including, but not limited to, dlrt Ilutants, biological agents.
10. Versico shall h bility and theory of law for any claims,
repairs, restoratio o er dama c ding, but not limited to,
consequential o n e damage ing, directly or indirectly, to the
presence of any n ontaminaripors, fumes, molds, fungi, bacteria,
g or in the air, land, or water
ipon a change in ownership of
certain procedures including a
)offing System by a Versico
UTILIZED IN THIS INSTALLATION
.LY DISCLAIMS LIABILITY, UNDER
TALLATION AND PERFORMANCE
W, PRODUCTS NOT FURNISHED
G MATERIAL OVER WHICH THE
D
AND EXCLUSIVE REMEDIES FOR
;YSTEM OR ITS COMPONENTS.
=D OR IMPLIED, INCLUDING THE
PARTICULAR PURPOSE AND
THE FACE HEREOF. VERSICO
., CONSEQUENTIAL OR OTHER
SS OF PROFITS OR DAMAGE TO
EORY OF LAW.
WARRANTY NUMBER:
VERSICO, a division of Carlisle Construction Materials Incorporated
P.O. Box 1289 Carlisle, PA 17013 BY
(800) 992-7663 (717) 960-4035 FAX
••to �' WIP
• 41
• 6 •• ,
17
lb
tA
• • • •
• . , , • ..,,, N . ♦ q ,. •
• r I • ,�c
lb
iN.
00 • a
• •fil• a • • • p . * •` Z %
Vt
• � M c 7 • r
46 '�,� . , �►.. i ? •• ' ice' .� ... a ' • !•• • ', , ,i • �• • •� •• r ; • ! S , �.
' - - . - • ,. ;, �• .. r `A � y T .• �•, .0 r '• ice._ .r
.04
lul
IAO
Sr
1•Iw ,^ t. T. 1 M ^.• 5•. A.. + x}. ► •� �h ♦,-5 ' • i► r r ON
•� - t t
or
, 7-4.
.. w .• - •_ . �- `•�,i�j�•�' • ,:• + , ' �t -� , ''�� -- _ _ y � _t 'tea' ' - -
s
.� -'IL40
•'1'' a •p - .'
OR
lb
46
Aft
cfr • • `.
LN
IM4w
r r
qp
• � •fit ' � �
It • •
Ob
4
9 •
O
Ir
li
4
•0
db
1
• �a fir,
IDS Sao
, �`• yam •. - • r , ,•. i
w
* ww T '40 i
0
�, • f
i•
i_
to
Bid 23-48, Addendum 3
Date: Thursday, January 11, 2024 W4W
To: All Prospective Vendors
From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov
RE: Bid 23-48, Construction — Rock Street Annex Roof Replacement
CITY OF
FAYETTEVILLE
ARKANSAS
v
This addendum is hereby made a part of the contract documents to the same extent as thorVY41were originally
included therein. Interested parties should indicate their receipt of same in the appki I blank of the Bid.
BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED L0CAT10Y1WNQE BID FORM.
1.
Questions -The followingquestions have been answered and receiv (',� orr ondin department:
q �l � g p
a. Question: Is the j roect for a roof tear -off ver o r
p P�'
1. Answer: Tear-o
v
ff . � � �C;
b. Question: Has there been any pu o test '�e ''ficatio 1 metal deck under lightweight
concrete is 22 gauge or thicker r hat i the p ers f mechanically fastening the
insulation & cover board tojto mee -90 sty s? •`►
C.
i. Answer: The exi V" c,
performed. �'( P `
Question: Addendum state ascia I
increase by 2.5" are wit a a new c
Answer
over
is 211Q . No pull-out test has been
Ued and remain, the roof thickness will
ference in new elevations?
'or a new prefinished metal fascial that laps
detail 2-A1.04
City of Fayetteville, AR
Bid 23-48, Addendum 3
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701