addendum #1 june 20, 2019 · project: virginia polytechnic institute and state university marion...
Post on 31-Jul-2020
2 Views
Preview:
TRANSCRIPT
ADDENDUM #1
June 20, 2019
PROJECT: Virginia Polytechnic Institute and State University
Marion duPont Scott Equine Medical Center Building 910 Roof Replacement Project
Leesburg, Virginia
IFB# 0059183
Changes and Clarifications to Specifications:
General
Refer to the Pre-Bid Meeting Attendance Roster listed as Attachment A.
Refer to RFI and Responses listed as Attachment B.
Clarification: Substantial Completion shall be achieved within 75 consecutive calendar days of Notice to
Proceed and final completion shall be achieved within 30 consecutive calendar days after the date of
Substantial Completion. All references to substantial and final completion shall be changed to match.
Drawings
Replace the Drawing Cover Sheet, Drawing Sheet A1, and Drawing Sheet A2 with the attached.
Specification Section 00 41 00 – Bid Form
Replace the Bid Form included in the Specifications with the attached Revised Bid Form.
Specification Section 02 41 00 – Demolition
Replace Section 02 41 00 included in the Specifications with the attached.
Appendix A – Asphalt Shingle Scope of Work
Replace Appendix A in the Specifications with the attached
Appendix B – Asbestos & Lead Paint Surveys
Replace Appendix B in the specifications with the attached
ALL OTHER SPECIFICATIONS, TERMS AND CONDITIONS REMAIN THE SAME
A signed acknowledgment of this addendum must be attached to the Bid. Signature on this addendum does
not constitute the bidder’s signature on the original bid document. The original bid document shall also be
signed.
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
ACKNOWLEDGMENT:
________________________ ________________________
Name of Firm Signature
________________________ ________________________
Title Date
END OF ADDENDUM #1
G1530-19-364415 EMC Roof Replacement
IFB 0059183
Request for Information and Responses
Following are the Requests for Information received on 6/17/19 for the EMC Roof Replacement Project,
IFB 0059183, as well as the responses:
RFI 1: The “GAF – Weatherwood Shingles” – What is the exact materials requested for the entire
shingle roof replacement (ex. Felt paper, nails, warranties, etc)
Response: Provided in Scope of Work attached.
RFI 2: When will the ‘specifications and drawings prepared by FEA” be provided?
Response: Attached with Addendum 1.
BUILDING 910
2015 EDITION
VIRGINIA UNIFORM STATEWIDE BUILDING CODE,
EQUINE MEDICAL CENTER
AND STATE UNIVERSITY
VIRGINIA POLYTECHNIC INSTITUTE
COMMONWEALTH OF VIRGINIA
June 2019
SHEET NO.
INDEX OF DRAWINGS
DRAWING TITLE
CONSTRUCTION PLAN
IFB # 0059183
ROOF REPLACEMENT
A1
BUILDING CODE DATA
APPLICABLE CODES:
APPLICABLE CODE GOVERNING RENOVATION WORK: 2015 VIRGINIA EXISTING BUILDING CODE
PRESCRIPTIVE COMPLIANCE METHOD:
· GENERAL: EXISTING MATERIALS WILL REMAIN IN USE AND NEW AND REPLACEMENT
MATERIALS PERMITTED BY THE APPLICABLE CODE WILL BE USED.
· REPAIRS: BUILDING AND STRUCTURES, AND PARTS THEREOF, SHALL BE REPAIRED IN
COMPLIANCE WITH SECTION 501.2 OF THE VEBC. WORK ON NON DAMAGED COMPONENTS
THAT IS NECESSARY FOR THE REQUIRED REPAIR OF DAMAGED COMPONENTS SHALL BE
CONSIDERED PART OF THE REPAIR AND SHALL NOT BE SUBJECT TO THE REQUIREMENTS
OF ALTERATIONS.
GOVERNING BUILDING CODE:
ORIGINAL CONSTRUCTION - THE UNIFORM STATEWIDE BUILDING CODE, 1978
USE GROUP CLASSIFICATION B (BUSINESS), THE USE GROUP CLASSIFICATION DOES NOT
CHANGE FROM EXISTING CONDITIONS.
ALLOWABLE HEIGHT AND AREAS: NO INCREASE IN EXISTING FOOTPRINT.
FIRE RESISTANCE RATING FOR BUILDING ELEMENTS: NOT CHANGED
TYPE OF CONSTRUCTION : 4B, 3C, 2C
AUTOMATIC SPRINKLER SYSTEM: BUILDING IS EQUIPPED PARTIALLY WITH AN AUTOMATIC
SPRINKLER SYSTEM
FIRE ALARM AND DETECTION SYSTEMS: BUILDING IS EQUIPPED WITH A FIRE ALARM SYSTEM.
CONSTRUCTION DETAILS A2
LEESBURG, VIRGINIA
1
13'6"
10"
10"
3'8"
A
3
2
3
2
2
2
2
2
2
2
2
2
A
B
83'6"58'6"
39'8"
4'5"
A
B
C
1
1
ADDITIVE BID ITEM #2: INSTALL GUTTERS AND DOWNSPOUTS
1
06/17/19
MLT
1
DLW
ADDENDUM #1
4ROOF DRAIN
(TYPICAL)
2
06/17/19
MLT
1
DLW
ADDENDUM #1
EMC Building 910 Roof Replacement 00 41 00.1 Revised Bid Form June 2019
SECTION 00 41 00
BID FORM
DATE: ______________
PROJECT: Marion duPont Scott Equine Medical Center Building 910 Roof Replacement Leesburg, Virginia IFB # 0059183
To: Commonwealth of Virginia Virginia Polytechnic Institute & State University Procurement Department Blacksburg, Virginia 24061 In compliance with your Invitation for Bids, the undersigned bidder proposes to furnish all labor, materials, and equipment and perform all work necessary for construction of this project, in accordance with the contract documents and Addenda as noted on the next page, as prepared by Facility Engineering Associates, P.C., 12701 Fair Lakes Circle, Suite 101, Fairfax, Virginia, 22033 for the consideration of the following: BASE BID
Fixed price for replacement of the existing low-slope roof systems and steep-pitch roof systems, including 960 square feet of wood deck replacement and 250 board feet of wood replacement, according to the drawings, specifications, and scope of work prepared for Virginia Tech, now on file in the office of the Owner: TOTAL BASE BID AMOUNT is:
_________________________________________________dollars ($ ______________ ) state amount in words and figures Provide unit cost for wood roof deck replacement. The unit cost provided will be used for any add/deduct to the Bid quantity. _______________________________________________ per square foot ($_________/SF) state unit cost in words and figures Provide unit cost for wood replacement. The unit cost provided will be used for any add/deduct to the Bid quantity. _______________________________________________ per board foot ($_________/BF) state unit cost in words and figures
EMC Building 910 Roof Replacement 00 41 00.2 Revised Bid Form June 2019
ADDITIVE BID #1:
Fixed fee price for replacement of all existing gutters, according to the drawings, specifications, and scope of work prepared for Virginia Tech, now on file in the office of the Owner: ______________________________________________ ($ _______________ ) state amount in words and figures
ADDITIVE BID #2:
Fixed fee price for installation of new gutters and downspouts where non-existant, according to the drawings, specifications, and scope of work prepared for Virginia Tech, now on file in the office of the Owner: ______________________________________________ ($ _______________ )
Contract award will be based on the Total Base Bid and Additive Bids as the Owner in its discretion decides to award. Bidders shall rely on the National Weather Service Sterling, Virginia public historical climatological records. The undersigned understands that time is of the essence. Substantial Completion shall be acheived within 75 consecutive calendar days of Notice to Proceed and Final Completion shall be achieved within 30 consecutive calendar days after the date of Substantial Completion determined by the A/E.
Acknowledgment is made of receipt of the following Addenda: ______________________________ ___________________________________________________________________________________.
If notice of acceptance of this bid is given to the undersigned within 30 days after the date of opening of the bids, or any time thereafter before this bid is withdrawn, the undersigned will execute and deliver a contract in the prescribed form (Commonwealth of Virginia Contract Between Owner and Contractor, Form CO-9) within 10 days after the contract has been presented to him for signature. The required payment and performance bonds, on the forms prescribed, shall be delivered to the Owner along with the signed Contract. Immigration Reform and Control Act of 1986: The undersigned certifies that it does not and will not during the performance of the Contract for this project violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens. DISQUALIFICATIONS OF CONTRACTORS: By signing this bid or proposal, the undersigned certifies that this Bidder or any officer, director, partner, or owner is not currently barred from bidding on contracts by any Agency of the Commonwealth of Virginia, or any public body or agency of another state, or any agency of the federal government, nor is this Bidder a subsidiary or affiliate of any
EMC Building 910 Roof Replacement 00 41 00.3 Revised Bid Form June 2019
firm/corporation that is currently barred from bidding on contracts by any of the same. We have attached an explanation of any previous disbarment(s) and copies of notice(s) of reinstatement(s). Either the undersigned or one of the following individuals, if any, is authorized to modify this bid prior to the deadline for receipt of bids by writing the modification and signing his name on the face of the bid, on the envelope in which it is enclosed, or on a separate document, or on a document which is telefaxed to the Owner or by sending the Owner a telegraphic message: ______________________________________________________ ______________________________________________________ ______________________________________________________
I certify that the firm name given below is the true and complete name of the bidder and that the bidder is legally qualified and licensed by the Commonwealth of Virginia, Department of Commerce, State Board for Contractors, to perform all Work included in the scope of the Contract.
Virginia License No. _____________ Contractor Class ________________ Specialty _______________________ Valid Until ______________________ FEIN/SSN:_____________________
Bidder _________________________ (Name of Firm)
By _____________________________ (Signature)
_______________________________ (Typed Name)
Title ___________________________
If Partnership (List Partner’s Names) _______________________________ _______________________________ _______________________________ _______________________________
If Corporation, affix Corporate Seal & list State of Incorporation State: ___________________________ (Affix Seal)
Business Address: ____________________________________ ________________________________________________________________________ ____________________________________Telephone # _________________________
EMC Building 910 Roof Replacement 00 41 00.4 Revised Bid Form June 2019
Virginia State Corporation Commission ID No.: _______________; or If Contractor is a foreign business entity not required to be authorized to transact business in the Commonwealth under Titles 13.1 or 50 of the Code of Virginia, or as otherwise required by law, please provide an explanation as to why such entity is not required to be so authorized: _____________________________________________________________________________________________________________________________________________________________________________________________. Contractor’s Proposed Small Business Participation:% (required)
END OF BID FORM
EMC Building 910 Facility Engineering Associates, P.C. Roof Replacement FEA Project No.: R01.2018.009411
June 2019 02 41 00.1 Demolition
SECTION 02 41 00 DEMOLITION
PART 1 GENERAL 1.01 DESCRIPTION A. Work includes the removal and disposal of all existing roof components as indicated on the
Drawings and in the Scope of Work. The Owner has the right to retain or salvage all or any part for their use.
PART 2 PRODUCTS: NOT USED.
PART 3 EXECUTION
3.01 DEMOLITION A. Remove existing roof assembly components as denoted. Demolish designated areas
completely and remove from the site, except for materials indicated to remain or to be installed, or salvageable.
B. Removed material shall go directly from the roof to an approved container. Material shall not be placed on ground or other areas of building.
C. Locate demolition equipment on the structure and remove materials so as not to impose excessive loads to supporting walls, decking, framing, ceilings, or any other part of the building.
D. Remove all debris, rubbish, and other demolition materials operations from the site. E. To the maximum extent, the Contractor shall recycle materials resulting from demolition. F. Transport waste materials removed during demolition and dispose of off-site. Do not store
waste material without concealing in suitable waste containers. G. Contractor shall pay all costs associated with recycling and waste disposal. H. All persons involved in the disturbance of the following lead-containing painted surfaces
shall be adequately trained. Any lead-based paint disturbance shall be performed in accordance with EPA, OSHA, and DPOR requirements. The following surfaces were identified to contain lead-based paint: 1. Three Semi-circle dormers with brown paint.
I. The following non-friable asbestos containing materials shall be removed prior to work. Removal shall be performed by licensed, contract personnel using approved methods. 1. Flexible sealant located at louvers to the extent removal required. 2. Mastic adhered to EPDM at the small low-slope roof area.
3.02 EXISTING ROOF COMPOSITION A. Contractor shall inspect and verify all existing roof conditions, roof deck type, and roof
compositions prior to submitting a bid. Existing roof composition given is for informational purposes only. Any investigative openings or test cuts made shall be repaired in accordance with industry standards so as to not cause a leak.
3.03 OCCUPANCY A. Owner will occupy the building immediately beneath and adjacent to areas of demolition.
Conduct selective demolition in a manner that will minimize need for disruption of Owner’s normal operations.
END OF SECTION 02 41 00
EMC Building 910 June 2019
APPENDIX A Virginia Tech
Virginia-Maryland Regional College of Veterinary Medicine Marion duPont Scott Equine Medical Center
Building 910 Roof Replacement Leesburg, Virginia
Scope of Work
Perform all work, including preparation, testing, installation, and clean-up in accordance with the manufacturer’s instructions and guidelines, industry standards set forth by The National Roofing Contractors Association (NRCA), APA, all applicable Codes and regulations, and this Scope of Work. Substantial completion shall be achieved with 75 consecutive calendar days of the issuance of the Notice to Proceed. This work shall include all shingle roofs and the small (less than 3 squares) low-slope roof at Building 910.
General
1. Owner will obtain the building permit. Contractor shall obtain and pay for all other required permits.
2. Roof access shall be via the building exterior only. The Contractor shall not access the roofs through the building interior.
3. Contractor shall provide their own temporary toilet. The building restrooms shall not be utilized by Contractor personnel. Keep restroom in clean condition.
4. The loading dock cannot be closed during the work. Temporary use of loading dock may be coordinated with Owner.
5. Coordinate with Owner for the placement of a dumpster and ground storage areas. Locations shall be chosen that do not conflict with facility uses.
6. Contractor shall coordinate with roofing manufacturer to obtain manufacturer-approved, warrantable details at locations of low flashing heights. Warranty exclusions for locations of low flashing heights will not be permitted.
7. All fasteners shall be selected and utilized to prevent galvanic corrosion. 8. Follow manufacturer and NRCA details. Edge securement shall be in accordance with
manufacturer requirements and comply with ANSI/SPRI ES-1. 9. Provide manufacturer-approved assembly letters for each system. Provide documentation
that systems meet the code-required wind uplift resistance. 10. Upon contract award, immediately register project with GAF for the Golden Pledge warranty.
Asphalt Shingle Roof Replacement
1. Remove existing shingles, felts, flashings, and roofing components down to the surface of the existing plywood roof decks. Dispose of all debris off-site.
2. Distribute stored materials so that roof deck and structure is not overloaded.
EMC Building 910 June 2019
3. Inspect the existing plywood deck. Notify Owner and Engineer immediately of any areas of deteriorated, damaged, or otherwise compromised plywood deck. Replace plywood deck with new ½-inch APA-rated exterior grade plywood sheathing for roof applications. Plywood shall have 32/16 span rating and Exposure 1 durability. Use panel spacers to provide 1/8-inch space at panel ends and edges. Install plywood on level nailing surface; install blocking to straighten if required. Plywood shall be fastened with 8d (0.131 inch x 2-1/2 inch) common hot dipped galvanized or stainless steel nails at a maximum spacing of 6 inches on-center at supported panel ends and edges. At intermediate supports, fasten with nails 12 maximum inches on-center.
4. Check roof deck for acceptability for roof system installation. 5. For roof areas with slopes of 4:12 or greater, install shingle underlayment consisting of one
layer of 30 pound felt that meets requirements of ASTM D226 and ASTM D4869 with ANSI/UL 790 Class A roofing fire rating. Underlayment shall be manufactured by GAF. Basis of design: GAF Shingle Mate. For roof areas with slopes of 3:12, install shingle underlayment consisting of two layers of the specified 30 pound felt. Install underlayment over the entire roof area in accordance with the manufacturer instructions. Use different underlayment if required by manufacturer to obtain specified warranty.
6. For roof areas with slope of 2:12, install underlayment consisting of self-adhering, polymer-modified bitumen sheets complying with ASTM D1970. Underlayment shall be manufactured by GAF. Basis of design: GAF Weather Watch. Install underlayment over the entire roof area in accordance with the manufacturer instructions. Use different underlayment if required by manufacturer to obtain specified warranty.
7. Underlayment shall be covered daily and shall not be left exposed overnight. Remove and replace at no additional cost any underlayment that becomes wet, wrinkled, or otherwise damaged.
8. All felts shall be cap nailed. 9. Install ice and water shield at all hips and rake edges, eaves, ridges, valleys, dormers, and
penetrations. At eaves, the ice and water shield shall extend from the eave up the slope to a minimum of 36 inches beyond the exterior wall line. Ice and water shield shall be installed in accordance with manufacturer instructions. A minimum 36-inch wide ice and water shield shall be installed at the locations noted. At rakes, ice and water shield shall be installed over underlayment and edge metal. Basis of design: GAF Weather Watch. Install different ice and water shield if required by manufacturer to obtain warranty.
10. Install W-shaped valley metal at all valleys. Valley metal shall be 24 inches wide and installed in sections not to exceed 10-feet in length. The valley metal shall be installed shingle-style with no exposed fasteners and centered over the underlying ice and water shield.
11. Re-attach all loose gutter spikes taking care to not damage the gutters or downspouts. Clean the gutters. At ten existing gutter seam locations with reported leaks, thoroughly clean and dry gutters in vicinity of seams and apply butyl-rubber caulk. Caulk shall be UV-resistant, flexible, and water-resistant. Install caulk in accordance with manufacturer guidelines to create a watertight seal. Perform water tests on seams after caulk adequately cures.
EMC Building 910 June 2019
12. Install complete asphalt shingle system, including starter strips, in accordance with the manufacturer instructions. Basis of design: GAF Timberline Natural Shadow, color Weathered Wood. Attach shingles with roofing nails; staples shall not be used. Roofing nails shall be round-headed, sharp pointed, 11-gauge (0.15-inch) galvanized steel that comply with ASTM F1667. Nails shall extend a minimum of 1/8-inch through the underside of plywood. Do not over-drive nails. Six (6) nails shall be installed per shingle.
13. Drip edge metal shall be installed in accordance with manufacturer and NRCA details. All sheet metal shall be pre-finished 24-gauge galvanized steel. Pre-finish shall consist of Kynar 500, or approved equivalent, and be manufactured or approved by GAF. Owner to select color.
14. Replace all pre-fabricated pipe boots. Lifetime Pipe Collars by GAF shall be utilized. 15. Field wrap two rooftop pipe penetrations as required by GAF. 16. Install backer and counter-flashings at all other penetrations. 17. Work with Owner’s Facilities staff for the temporary disconnect of rooftop Samsung split-
system heat pump to allow shingle installation. Re-attach heat pump support with small lag bolts or other fasteners approved by Engineer.
18. Replace all step flashings. Cut reglet into masonry for step flashing installation. Step flashings shall have vertical legs a minimum of 4 inches tall and extend a minimum 4 inches onto the roof surface.
19. Install rain collars where not present. 20. Replace all damaged wood with APA rated, Southern Yellow Pine lumber to match existing.
Price shall include 250 board feet and unit cost (per board foot) for quantities adjustment. 21. Trim fascia boards that have deteriorated because they were installed too close to the
shingles. Provide gap between wood and shingles. 22. Replace all flexible sealants. 23. Arrange for roof system manufacturer inspections at startup, throughout project, and at
completion. Make corrections as directed by manufacturer representative. 24. Provide 3-year contractor and 20-year manufacturer system materials and workmanship
warranty. Manufacturer warranty shall be based on 115 mph wind speed. 25. Additive Bid #1: replace all existing gutters and downspouts with material, size, and
configurations to match existing. Sheet metal color to be selected by Owner. 26. Additive Bid #2: install new gutters at locations identified. New gutters shall match existing
material, size, and configuration. Install seven downspouts in conjunction with the new gutters.
Low-slope Roof Replacement
1. Provide manufacturer’s assembly letter prior to starting work. 2. Remove existing membrane, flashings, and insulation down to the surface of the roof deck.
Dispose of all debris off-site. The mastic between the two existing layers of EPDM has ACM. Refer to Appendix B. Remove and dispose of all ACM in accordance with all Federal, State, local, and University requirements.
EMC Building 910 June 2019
3. Inspect the roof deck. Notify the Engineer immediately if any deteriorated roof deck is encountered and replace damaged deck as directed.
4. Install ½-inch glass-faced gypsum board over roof deck. Board shall comply with ASTM C1177. Fastener spacing shall be as required to meet project wind uplift requirements. Note that base gypsum board can be omitted if vapor retarder can be installed directly to plywood. Consult manufacturer and Engineer.
5. Install fully-adhered, self-healing vapor retarder over the entire surface of the base gypsum roof board or plywood. The vapor retarder shall have a Class A fire rating. Vapor retarder shall be manufactured by GAF or Soprema.
6. Install 1-1/2-inch polyisocyanurate insulation board over the vapor retarder. Polyisocyanurate insulation shall be in accordance with ASTM C 1289, Type II, Class 1, Grade 3 (25 psi compressive strength). Insulation shall be installed in full spray application of polyurethane adhesive.
7. Install ½-inch glass-faced gypsum cover board over insulation. Board shall comply with ASTM C1177. Cover board shall be installed in full spray application of polyurethane adhesive.
8. Install 2-ply SBS modified bitumen membrane over the coverboard using heat welded application. Base sheet shall comply with ASTM D6164, Type 1, Grade S. Cap sheet shall comply with ASTM D6164, Type 1, Grade G.
9. Install new sheet metal head flashing to cover top of flashing at head of roof. Submit shop drawing for Engineer review and approval.
10. Install 2-ply SBS modified bitumen flashings and all associated accessories to provide a complete system. Compatible liquid-applied flashings shall be used to the extent possible as applicable.
11. Follow manufacturer and NRCA details. Edge securement shall be in accordance with manufacturer requirements and comply with ANSI/SPRI ES-1.
12. Arrange for roof system manufacturer inspections at startup, throughout project, and at completion. Make corrections as directed by manufacturer representative.
13. Provide 3-year contractor and 20-year roof manufacturer system materials and workmanship warranty. Manufacturer warranty shall be based on 115 mph wind speed.
EMC Building 910 Roof Replacement
APPENDIX B - ASBESTOS & LEAD PAINT SURVEYS
SanAir ID#: 19028346
Project #: FEA
Project Name: Equine Med Center
Report Date: 6/13/2019
Analysis Report prepared forHDH Technical, Inc.
Page 1 of 8
Dear Robin Liebal,
We at SanAir would like to thank you for the work you recently submitted. The 21 sample(s) were received on Thursday, June 13, 2019 via FedEx. The final report(s) is enclosed for the following sample(s): RM-1.1, RM-1.2, LC-2.1, LC-2.2, VB-3.1, VB-3.2, RC-4.1, RC-4.2, RC-5.1, RC-5.2, RS-6.1, RS-6.2, RS-6.3, RS-6.4, FP-7.1, FP-7.2, FP-7.3, FP-7.4, FC-8.1, FC-8.2, RS-9.2, RS-9.2.
These results only pertain to this job and should not be used in the interpretation of any other job. This report is only complete in its entirety. Refer to the listing below of the pages included in a complete final report.
Sincerely,
Sandra SobrinoAsbestos & Materials Laboratory ManagerSanAir Technologies Laboratory
Final Report Includes:- Cover Letter- Analysis Pages- Disclaimers and Additional Information
Sample conditions:- 22 samples in Good condition.
1551 Oakbridge Dr. Suite B, Powhatan, VA 23139 | 804.897.1177 | Fax: 804.897.0070 | www.SanAir.com | IAQ@SanAir.com
FEAProject Number:P.O. Number:
Project Name: Equine Med Center
6/12/2019Collected Date:
6/13/2019 10:10:00 AMReceived Date:
6/13/2019 12:49:35 PM
19028346SanAir ID Number
FINAL REPORT
HDH Technical, Inc.Name:Address: P.O. Box 6158
Christiansburg, VA 24073
540-381-7999Phone:
Page 2 of 8
Analyst: Pisula, Nicholas | Fleming, Christopher
Asbestos Bulk PLM EPA 600/R-93/116Stereoscopic Components
SanAir ID / Description Appearance % Fibrous % Non-fibrous Asbestos Fibers
RM-1.1 / 19028346-001Roof Membrane-High Flat, Membrane
BlackNon-Fibrous
Homogeneous
100% Other None Detected
RM-1.1 / 19028346-001Roof Membrane-High Flat, Mastic
BlackNon-Fibrous
Homogeneous
98% Other 2% Chrysotile
RM-1.2 / 19028346-002Roof Membrane-High Flat, Membrane
BlackNon-Fibrous
Homogeneous
100% Other None Detected
RM-1.2 / 19028346-002Roof Membrane-High Flat, Mastic
Not Analyzed
LC-2.1 / 19028346-003Louver Caulk-High Roof
BlackNon-Fibrous
Homogeneous
97% Other 3% Chrysotile
LC-2.2 / 19028346-004Louver Caulk-High Roof
Not Analyzed
VB-3.1 / 19028346-005Vapor Barrier-Low Roof
WhiteNon-Fibrous
Homogeneous
100% Other None Detected
VB-3.2 / 19028346-006Vapor Barrier-Low Roof
WhiteNon-Fibrous
Homogeneous
100% Other None Detected
RC-4.1 / 19028346-007Roof Cement
BlackNon-Fibrous
Homogeneous
100% Other None Detected
RC-4.2 / 19028346-008Roof Cement
BlackNon-Fibrous
Homogeneous
100% Other None Detected
Analyst:
Analysis Date: 6/13/2019 Date: 6/13/2019
Approved Signatory:
FEAProject Number:P.O. Number:
Project Name: Equine Med Center
6/12/2019Collected Date:
6/13/2019 10:10:00 AMReceived Date:
6/13/2019 12:49:35 PM
19028346SanAir ID Number
FINAL REPORT
HDH Technical, Inc.Name:Address: P.O. Box 6158
Christiansburg, VA 24073
540-381-7999Phone:
Page 3 of 8
Analyst: Pisula, Nicholas | Fleming, Christopher
Asbestos Bulk PLM EPA 600/R-93/116Stereoscopic Components
SanAir ID / Description Appearance % Fibrous % Non-fibrous Asbestos Fibers
RC-5.1 / 19028346-009Roof Cement
GreyNon-Fibrous
Homogeneous
100% Other None Detected
RC-5.2 / 19028346-010Roof Cement
GreyNon-Fibrous
Homogeneous
100% Other None Detected
RS-6.1 / 19028346-011Roof Shingle
GrayNon-Fibrous
Heterogeneous
100% Other None Detected
RS-6.2 / 19028346-012Roof Shingle
GrayNon-Fibrous
Heterogeneous
100% Other None Detected
RS-6.3 / 19028346-013Roof Shingle
GrayNon-Fibrous
Heterogeneous
100% Other None Detected
RS-6.4 / 19028346-014Roof Shingle
GrayNon-Fibrous
Heterogeneous
100% Other None Detected
FP-7.1 / 19028346-015Felt Paper-Under RS-6
BlackFibrous
Homogeneous
60% Cellulose 40% Other None Detected
FP-7.2 / 19028346-016Felt Paper-Under RS-6
BlackFibrous
Homogeneous
60% Cellulose 40% Other None Detected
FP-7.3 / 19028346-017Felt Paper-Under RS-6
BlackFibrous
Homogeneous
60% Cellulose 40% Other None Detected
FP-7.4 / 19028346-018Felt Paper-Under RS-6
BlackFibrous
Homogeneous
60% Cellulose 40% Other None Detected
Analyst:
Analysis Date: 6/13/2019 Date: 6/13/2019
Approved Signatory:
1551 Oakbridge Dr. Suite B, Powhatan, VA 23139 | 804.897.1177 | Fax: 804.897.0070 | www.SanAir.com | IAQ@SanAir.com
FEAProject Number:P.O. Number:
Project Name: Equine Med Center
6/12/2019Collected Date:
6/13/2019 10:10:00 AMReceived Date:
6/13/2019 12:49:35 PM
19028346SanAir ID Number
FINAL REPORT
HDH Technical, Inc.Name:Address: P.O. Box 6158
Christiansburg, VA 24073
540-381-7999Phone:
Page 4 of 8
Analyst: Pisula, Nicholas | Fleming, Christopher
Asbestos Bulk PLM EPA 600/R-93/116Stereoscopic Components
SanAir ID / Description Appearance % Fibrous % Non-fibrous Asbestos Fibers
FC-8.1 / 19028346-019Step Flashing Caulk
GrayNon-Fibrous
Homogeneous
100% Other None Detected
FC-8.2 / 19028346-020Step Flashing Caulk
GrayNon-Fibrous
Homogeneous
100% Other None Detected
RS-9.2 / 19028346-021Roof Shingle-Porch
BlackNon-Fibrous
Homogeneous
100% Other None Detected
RS-9.2 / 19028346-022Roof Shingle-Porch
BlackNon-Fibrous
Homogeneous
100% Other None Detected
Analyst:
Analysis Date: 6/13/2019 Date: 6/13/2019
Approved Signatory:
1551 Oakbridge Dr. Suite B, Powhatan, VA 23139 | 804.897.1177 | Fax: 804.897.0070 | www.SanAir.com | IAQ@SanAir.com
FEAProject Number:P.O. Number:
Project Name: Equine Med Center
6/12/2019Collected Date:
6/13/2019 10:10:00 AMReceived Date:
6/13/2019 12:49:35 PM
19028346SanAir ID Number
FINAL REPORT
HDH Technical, Inc.Name:Address: P.O. Box 6158
Christiansburg, VA 24073
540-381-7999Phone:
Page 5 of 8
Disclaimer
The final report cannot be reproduced, except in full, without written authorization from SanAir. Fibers smaller than 5 microns cannot be seen with this method due to scope limitations. The accuracy of the results is dependent upon the client’s sampling procedure and information provided to the laboratory by the client. SanAir assumes no responsibility for the sampling procedure and will provide evaluation reports based solely on the sample and information provided by the client. This report may not be used by the client to claim product endorsement by NVLAP or any other agency of the U.S. government. Samples are held for a period of 60 days. For NY state samples, method EPA 600/M4-82-020 is performed. Polarized- light microscopy is not consistently reliable in detecting asbestos in floor covering and similar non-friable organically bound materials. Quantitative transmission electron microscopy is currently the only method that can be used to determine if this material can be considered or treated as non-asbestos containing. Asbestos Certifications NVLAP lab code 200870 City of Philadelphia: ALL-460 PA Department of Environmental Protection Number: 68-05397 California License Number: 2915 Colorado License Number: AL-23143 Connecticut License Number: PH-0105 Massachusetts License Number: AA000222 Maine License Number: LB-0075 New York ELAP lab ID: 11983 Rhode Island License Number: AAL-126 Texas Department of State Health Services License Number: 300440 Commonwealth of Virginia 3333000323 Washington State License Number: C989 West Virginia License Number: LT000566 Vermont License: AL166318
Revision Date: 11/30/2017
Page 6 of 8
Page 7 of 8
top related